Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

No. of Page # Pages Section 1 – Tender Process Terms and Conditions 1. Definitions 1-3 2. Bidder’s Responsibility 1-5 3. Tender Submission Package 1-6 4. Bid Bond 1-7 5. Mandatory/Optional Site Meetings 1-7 6. Fair Wage Policy 1-7 7. City of Social Procurement Program 1-8 8. Questions 1-9 9. Addenda 1-10 10. Omissions, Discrepancies and Interpretations 1-10 11. Incurred Costs ONLY 1-10 12. Limitation of Liability 1-11 13. Post-Submission Adjustments 1-11 14. Withdrawal of Bids 1-11 15. Irrevocability 1-11 16. Acceptance of Bids 1-12 17. Non-compliant Bids 1-12 18. Execute Contract 1-15 19. Failure or Default of Bidder 1-15 20. Currency 1-15 21. Tied Bids 1-15 22. Mathematical Errors COPY 1-16 23. Ownership and Confidentiality of City-Provided Data 1-16 24. Ownership and Disclosure of Bid Documentation 1-16 25. Intellectual Property Rights 1-16 26. Notification to Other Bidders SUBMIT 1-16 27. Debriefing 1-17 28. Bid Protest Procedure 1-17 29. Supplier Code of Conduct 1-18 30. Governing Law and Interpretation 1-19 Section 2 – Information for Bidders 1. General Information 2-1 2. Mandatory Site Meetings 2-2 Optional Site MeetingsNOT 2-2 3. Deadline for Questions 2-2 4. Fair Wage Schedule Information 2-2 5. Social Procurement Program – Workforce Development 2-3 VIEWINGRequirement 6. COR™ Certification Requirement 2-4 7. CityDO of Toronto - Invoice/Billing Requirements 2-5 8. Instructions for Section 3 Tender Submission Package 2-9 8.1 Mandatory Bid Submission Requirements 2-9 A. Tender Call Cover Page 2-9

PMMD V 5.18 – 2018.08.09 Page 1-1 4 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

No. of Page # Pages B. Bid Bond 2-9 C. City Policies Submission Form 2-9 D. Pricing Form 2-9 8.2 Mandatory Submission Requirements Prior to Award 2-10 A. Experience and Qualifications Form 2-10 B. Statutory Declaration 2-11 C. COR™ Certificate 2-12 D. List of Subcontractor Form 2-12 E. Corporate Profile Report 2-13 F. Itemized Prices 2-13 Section 3 – Tender Submission Package 1. Bid Bond ONLY2 3-1 2. Statutory Declaration Form for Occupational Health and 5 3-3 Safety 3. City Policies Submission Form 6 3-8 4. Pricing Form 3 3-14 5. Experience and Qualifications Form 6 3-17 6. List of Subcontractors Form 1 3-23 Section 4 – Scope of Work 208 4-1 Section 5 – Supplementary Conditions to CCDC 2-2008 29 5-1 Stipulated Price Contract Section 5A – Specific Conditions ofCOPY Contract 15 5A-1 Section 6 – Contract Execution Package 1. CCDC 2-2008 Stipulated Price Contract SUBMIT1 6-2 2. CCDC 221-2002 Performance Bond 1 6-3 3. CCDC 222-2002 Labour & Material Payment Bond 1 6-4 4. WSIB & Tax Statutory Declaration Form 1 6-5 5. Insurance Certificate 2 6-6 6. Supplementary Statutory Declaration Form for Occupational 7 6-7 Health and Safety Section 7 – City Policies 7-1 1. List of applicable policiesNOT 2. Contractor Performance Evaluation 1 Notice of "No Bid" Form 1

VIEWING

DO

PMMD V 5.18 – 2018.08.09 Page 1-2 5 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

1. Definitions Throughout this Tender Call, unless inconsistent with the subject matter or context,

“Addenda” or “Addendum” means a document containing additional information and/or changes to the Tender Call issued by the City prior to the Closing Date;

"Affiliate" means an affiliated body corporate as defined in the Business Corporations Act, R.S.O. 1990, c. B.16 as amended;

"Affiliated Person" means everyone related to the Bidder including, but not limited to employees, agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships, associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as well as individuals, and directors, if:

A. Directly or indirectly either one controls or has the powerONLY to control the other, or B. A third party has the power to control both.

“Bid” means an offer submitted by a Bidder in response to a Tender Call, which includes all of the documentation necessary to satisfy the submission requirements of the Tender Call and “Bids” shall have a corresponding meaning;

“Bidder” means a legal entity, being a person, partnership or firm that submits a Bid in response to a formal Tender Call and “Bidders” shall have a corresponding meaning;

“Buyer” means the main contact person at the City for all matters related to the Tender Call process, as set out on the TenderCOPY Call Cover Page;

“Chief Purchasing Official” means the person holding the position of Director of Purchasing and Materials Management whose responsibility it is to supervise and carry out the procurement function on behalf of the City and includes her/his designate; SUBMIT “City” means the City of Toronto;

a) "City’s Policies and Legislation" means Chapter 195, Purchasing, of the Toronto Municipal Code and the related procurement policies and procedures set out on the City of Toronto website at: https://www.toronto.ca/business-economy/doing-business- with-the-city/understand-the-procurement-process/purchasing-policies- legislation/ NOT

“Closing Date” means the specified deadline for Bids to be submitted to the City as indicated on the Tender Call Cover Page and any subsequent Addenda;

VIEWING“Conflict of Interest” includes, but is not limited to, any situation or circumstance where:

a) DO in relation to the Tender Call process, the Bidder has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having access to information in the preparation of its Bid that is confidential to the City and not available to other Bidders; (ii)

PMMD V 5.18 – 2018.08.09 Page 1-3 6 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

communicating with any person with a view to influencing preferred treatment in the Tender Call process including the giving of a benefit of any kind, by or on behalf of the Bidders to anyone employed by, or otherwise connected with, the City; or (iii) engaging in conduct that compromises or could be seen to compromise the integrity of the open and competitive Tender Call process and render that process non-competitive and unfair; or

b) in relation to the performance of its contractual obligations in the City contract, the Contractor’s other commitments, relationships or financial interests (i) could or could be seen to exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its contractual obligations;

“Contract” means the Contract Execution Package duly executed by the Successful Bidder and the City with respect to the Work contemplated by this TendONLYer Call, and shall be deemed to include all terms and conditions set out in this Tender Call;

“Contract Administrator” means the main contact person at the City for all matters relating to the project. The reference to “Project Manager” means the same;

“Contractor” means the Successful Bidder of the Tender Call with whom the City enters into a Contract with to perform the Work;

“Council” means City Council;

"Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification Organization to be: COPY

. More than 51% (majority) owned, managed and controlled by persons belonging to an equity-seeking community, or . A social purpose enterprise whose primarySUBMIT purpose is to create social, environmental or cultural value and impact, and where more than 50% of the persons who are full-time equivalent employees or are participating in, or have completed, transitional employment training, experience economic disadvantage.

"Equity-seeking Community" means a group that experiences discrimination or barriers to equal opportunity, including women, Aboriginal People, persons with disabilities, newcomers/new immigrants, LGBTQ+ people, visible minorities/racialized people, and other groups the City identifiesNOT as historically underrepresented.

“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, or any successor or replacement legislation; VIEWING “Subcontractor” means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor; DO “Successful Bidder” means the Bidder that has been selected to perform the Work;

PMMD V 5.18 – 2018.08.09 Page 1-4 7 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

"Supplier Certification Organization" means a non-profit organization recognized by the City of Toronto that certifies businesses and enterprises as Diverse Suppliers by assessing them using established, consistent criteria. Recognized Supplier Certification Organizations include:

Canadian Aboriginal and Minority Supplier Council Canadian Gay and Lesbian Chamber of Commerce Social Purchasing Project Women Business Enterprise Canada Canadian Council for Aboriginal Business

"Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195, Purchasing, of the Toronto Municipal Code;

“Tender Call” means this Tender Call package in its entirety, inclusive of all appendices and Addenda/Addendum that may be issued by the City; ONLY

“Work” means all services and deliverables to be provided by a Contractor as described in this Tender Call.

"Workforce Development" means a relatively wide range of activities, policies and programs to create, sustain and retain a viable workforce that can support current and future business and industry. It is an approach that integrates career exploration, industry–driven education and training, employment, and career advancement strategies, facilitated by the collaboration between employers, training and education institutions, government, and communities. COPY

2. Bidder’s Responsibility It shall be the responsibility of each Bidder: SUBMIT a) to acquire, from online or other sources as specified, any document (including any applicable copyright seal) that is referenced or mentioned in this Tender Call which is not physically attached herein; b) to examine all the components of this Tender Call, including all reference documents, appendices, forms and addenda; c) to become familiar and comply with all of the terms and conditions contained in this Tender Call and the City’s Policies and Legislation set out on the City of Toronto websiteNOT at: http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=6281a73f0243b510Vgn VCM10000071d60f89RCRD d) The failure of any Bidder to acquire, receive or examine any document, form, VIEWINGaddendum, or policy shall not relieve the Bidder of any obligation with respect to its Bid or any purchase order issued based on its Bid. DO

PMMD V 5.18 – 2018.08.09 Page 1-5 8 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

3. Tender Submission Package To submit a valid Bid, Bidders must complete, in ink, all the applicable forms in Section 3, and complete, sign and seal the Tender Call Cover Page.

As a means of facilitating the announcement of the Bid amounts, the Bidder is to complete the Tender Call Cover Page, including filling in the “Amount of Bid” in the space provided. This insertion is to facilitate the conduct of the Public Opening meeting only. For lump sum tenders, in the event of any discrepancy between the information so inserted on the front cover and the amount set out in the Pricing Form in Section 3, the Pricing Form total shall govern. For unit price tenders, where any discrepancy exists between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

4. Bid Bond Every Bid shall be accompanied by a Bid Bond to secure theONLY execution of the form of Contract by the Bidder. The Bid Bond shall be in the form provided and the amount specified in the Tender Submission Package. The Bid Bond shall be signed and sealed by the Bidder and by a guarantee surety company, authorized by law to carry on business in the Province of , and having a place of business in Ontario, and shall otherwise be acceptable to the City of Toronto Treasurer.

Failure of a Bidder to submit a fully completed Bid Bond in the form enclosed in Section 3 - Tender Submission Package, shall result in the Bid being rejected as non-compliant. Submitting a photocopy of the Bid Bond is not acceptable.

5. Site Meetings COPY Mandatory Site Meetings

If a mandatory site meeting has been indicated in the Tender Call, then interested Bidders MUST attend the site meeting to familiarize themselvesSUBMIT with the project and ascertain the full extent of the Work required. Bidders must sign in with the City’s Representative at the Mandatory Site Meeting during the designated date and time for their Bid to be considered. Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant.

Optional Site meetings

If a mandatory site meeting is not required, interested Bidders may be invited to attend an optional site meeting asNOT indicated on the Tender Call Cover Page to familiarize themselves with the project and ascertain the full extent of the work required. Any information available at the optional site meeting will be issued by an Addendum to the list of Bidders who purchased the Tender from the City. VIEWING 6. Fair Wage Policy The BidderDO agrees to abide by the Fair Wage Policy as found in Section 7 – City Policies and pay its workers the appropriate wage as set out in the applicable Fair Wage Schedule(s). The Fair Wage Schedule(s) applicable to this Tender Call is/are set out in Section 2 – Information for Bidders.

PMMD V 5.18 – 2018.08.09 Page 1-6 9 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

As per the Fair Wage Policy, in the case of a jurisdictional dispute or disputes as to rate of wages to be paid under the Contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties.

Failure to comply with the Fair Wage Policy, or being in violation of the Fair Wage Policy without paying restitution as set out in the Fair Wage Policy (Chapter 67 – Fair Wage – Schedule A Fair Wage Policy § 67-A8D) may result in the Bid being declared non- compliant.

7. The City of Toronto Social Procurement Program

The goal of the City of Toronto Social Procurement Program which aims to drive inclusive economic growth in Toronto by improving access to the City's supply chain for certified diverse suppliers and leverage employment, apprenticeONLYship and training opportunities for people experiencing economic disadvantage, including those from equity-seeking communities.. The City of Toronto expects its Bidders to embrace and support the City of Toronto Social Procurement Program and its respective goals. Social procurement creates social value for the City in addition to the delivery of efficient goods, services, and works. The City of Toronto Social Procurement Program consists of two components: Supplier Diversity and Workforce Development.

For more information on the City of Toronto Social Procurement Program, visit: http://www.toronto.ca/purchasing/socialprocurement

a. Supplier Diversity Requirements COPY

The goal of supplier diversity is to increase the diversity of the City's supply chain by providing diverse suppliers with equitable access to competitive procurement processes. SUBMIT

As part of the Social Procurement Program, the City encourages Bidders to develop or implement an active supplier diversity policy. This policy may demonstrate its commitment to diversity by (but not limited to):

. Describing the Bidder's commitment to providing equitable access to subcontracting opportunities for diverse suppliers; . Describing the Bidder's commitment to a pro-active employment diversity program, includingNOT providing the company approved employee diversity policy; or, o Obtaining diverse supplier certification from a City-endorsed Supplier Certification Organization. VIEWING For reporting purposes, the City may ask Bidders to indicate whether they are developingDO or are implementing a company-approved supplier diversity policy.

PMMD V 5.18 – 2018.08.09 Page 1-7 10 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

b. Workforce Development

The goal of Workforce Development (WD) is to increase the number of employment, apprenticeship and training opportunities leveraged for people experiencing economic disadvantage, including those from equity-seeking communities.

As part of the Social Procurement Program, the City may require Bidders to implement a Workforce Development Plan (WD Plan). If required, Section 2-5 – Social Procurement Program – Workforce Development Requirement will detail the specifics of one or more Workforce Development Strategies (WD Strategy) to be implemented. The WD Plan will comprise one (1) or more of the following WD Strategies, with the details specific to each individual tender: . Customized Recruitment

Customized recruitment initiatives involve working with City-endorsed workforce development programs to source qualified employment candidatesONLY for available jobs in conjunction with existing hiring methods.

ii. Training and Work-based Learning Skills Development

Training includes programming that allows candidates to formally gain the skills required to compete for emerging job opportunities. This may include but is not limited to supporting the attainment of professional certifications or licensing for specific candidate groups (e.g., Newcomer professionals, youth, etc.).

Work-based learning includes but is not limited to activities that emphasize learning in a real work environmentCOPY and through practice on the job. Activities range from shorter and less formal workplace exposure (e.g., workplace tours and job shadowing) to longer term and more intensive opportunities (e.g., paid internships with specific skill development objectives). SUBMIT iii. Opportunities for Registered Apprenticeships during Construction

Identify opportunities to hire, directly and/or through subcontractors, registered apprentices through City-endorsed apprenticeship training programs that provide candidates with access to the skilled trades.

iv. Use of Social Enterprise in the Supply Chain

Identify opportunitiesNOT to subcontract components of work or services to social enterprises. Social Enterprises are enterprises that employ business methods and practices to create employment or training opportunities for low income or marginalized individuals.

VIEWINGv. Other Employment-Related Activities

DOAny other appropriate activities that will provide employment-related opportunities to workforce development candidates will also be considered. Other Employment-related activities that qualify under this category may include but are not limited to the following:

PMMD V 5.18 – 2018.08.09 Page 1-8 11 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

. Participating in sector/industry career information sharing, learning and networking events . Providing mentoring through established mentorship programs . Supporting pre-employment workshops such as resume and interview skills development

8. Gender Diversity in City Procurements

As part of City Council's support to enhance gender diversity on boards of corporations, all corporations conducting business with the City of Toronto are encouraged to utilize an intersectional analysis to strive to have gender parity on their corporate boards.

9. Questions

All questions concerning this Tender Call should be directed inONLY writing to the Buyer as designated on the Tender Call Cover Page.

No other City representative, whether an official, agent or employee, is authorized to speak for the City with respect to this Tender Call, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk.

Not only shall the City not be bound by any representation made by an unauthorized per- son, but any attempt by a Bidder to bypass the Tender Call process may be grounds for rejection of its Bid. COPY Commencing from the issue date of this Tender Call until the time of any ensuing Award, no communication shall be made by any person, including potential Bidders, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either),SUBMIT to promote its Bid or oppose any competing Bid, nor shall any potential Bidder, or its representatives, including a third- person representative employed or retained by it (or any unpaid representatives acting on behalf of either), discuss this Tender or its Bid with any City staff, City officials or Council member(s), other than a communication with the Buyer as identified on the Tender Call Cover Page.

Communications in relation to this Tender Call outside of those permitted by the applicable procurement policies and this Tender Call document contravene the Lobbying By-law, an offence for which a personNOT is liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent conviction. In addition, the City's Supplier Code of Conduct provides that any Bidder found in breach of the policy may be subject to disqualification from the call or suspended from future call or calls at the discretion of the Chief Purchasing Official or Council. VIEWING Notwithstanding anything to the contrary set out in this document, the obligations with respectDO to lobbying as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. The links to the City's Supplier Code of Conduct (Article 13 of the Purchasing By- law) Procurement Processes Policy, Lobbying By-Law and Interpretive Bulletin on Lobbying and Procurement are as follows:

PMMD V 5.18 – 2018.08.09 Page 1-9 12 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

https://www.toronto.ca/wp-content/uploads/2017/08/9587-Procurement-Processes- Policy-January-1-2017.pdf

http://www.toronto.ca/legdocs/municode/1184_140.pdf

https://www.toronto.ca/city-government/accountability-operations-customer- service/accountability-officers/lobbyist-registrar/guidelines-regulatory- bulletins/interpretation-and-advisory-bulletins/

10. Addenda

If the City, for any reason, determines that it is necessary to provide additional information relating to this Tender Call, such information will be communicated to all Bidders by addenda. Each addendum shall form an integral part of this Tender Call. Such addenda may contain important information, including significant changes to this Tender Call. Bidders are responsible for obtaining all addenda issued by the ONLYCity. All Bidders must acknowledge receipt of all Addenda in the space provided on the Tender Submission Form. The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the final Addendum (if any) no later than two (2) days prior to the Deadline. If any addendum is issued after the Deadline for issuing Addenda, the City may at its discretion extend the Submission Deadline for a reasonable amount of time.

11. Omissions, Discrepancies and Interpretations COPY A Bidder who finds omissions, discrepancies, ambiguities or conflicts in any of the Tender Call documentation or who is in doubt as to the meaning or has a dispute respecting any part of the Tender Call should notify the Buyer in writing not later than three (3) working days before the Closing Date. If the City considersSUBMIT that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City respecting any such disputes shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the Tender Call documents.

12. Bidders Shall Bear Their Own Costs

Every Bidder shall bearNOT all costs associated with or incurred by the Bidder in the preparation and presentation of its Bid including, if applicable, costs incurred for samples, interviews or demonstrations.

VIEWING13. Limitation of Liability

The CityDO shall not be liable for any costs, expenses, loss or damage incurred, sustained or suffered by any Bidder prior, or subsequent to, or by reason of the acceptance or the non-acceptance by the City of any Bid, or by reason of any delay in the acceptance of a Bid, except as provided in the Tender documents.

PMMD V 5.18 – 2018.08.09 Page 1-10 13 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

14. Post-Submission Adjustments

No unilateral adjustments by Bidders to submitted Bids will be permitted.

15. Withdrawal of Bids

A) Prior to the Closing Date A Bid may be withdrawn at any time prior to the Closing Date by delivering a written notice, signed by a person who has authority to bind the Bidder, to the City of Toronto Purchasing and Materials Management Division at the address specified on the Tender Call Cover Page. The notice shall identify the Bidder and, if more than one Bid has been submitted by that Bidder, the particular Bid(s) to be withdrawn. Any Bids that are properly withdrawn will not be opened or evaluated for the purpose of the Tender Call, but shall be retained for the City's record retention purposes.ONLY

16. Irrevocability

After the Closing Date, each submitted Bid shall be irrevocable and binding on Bidders for a minimum period of 90 days.

17. Acceptance of Bids

A. The City shall not be obliged to accept any Bid in response to this Tender Call. COPY B. The City may modify and/or cancel this Tender Call prior to accepting any Bid.

C. Bids may be accepted or rejected in total or in part. SUBMIT D. The lowest quoted price may not necessarily be accepted by the City.

E. In determining which Bid provides the best value to the City, consideration may be given to the past performance of any Bidder. Bidders and their Affiliated Persons that are currently on a City of Toronto suspended vendor list are not eligible for an award.

F. The City reserves the right to verify the validity of information submitted in the Bid and may reject NOTany Bid where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

G. If the City makes a request to a Bidder for clarification of its Bid, the Bidder will VIEWINGprovide a written response within 48 hours accordingly, unless otherwise indicated, which shall then form part of the Bid. DO

PMMD V 5.18 – 2018.08.09 Page 1-11 14 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

H. The City reserves the right to assess the ability of the Bidder to perform the Contract and may reject any Bid where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

I. The City may reject a bid as non-compliant if it determines, in its sole discretion, that the Bid is materially unbalanced.

A bid is materially unbalanced when:

(1) it is based on prices which are significantly less than the cost for some items of work and prices which are significantly overstated in relation to the cost for other items of work; and (2) the City had determined that the Bid may not result in the lowest overall cost to the City even though it may be the lowest submitted Bid; or (3) it is so unbalanced as to be tantamount to allowing an advance payment on the contract. ONLY

18. Non-compliant Bids

The City reserves the right to waive minor irregularities in any Bid.

The chart below lists irregularities and the respective action that will be taken by the Chief Purchasing Official, in determining whether a Bid is non-compliant. The Chief Purchasing Official is not limited to the following list for reasons to declare a Bid non-compliant. Bidders are reminded to read the entire Tender Call document, as failure to comply with other requirements may or shall result in a Bid being declared non-compliant. COPY NO. IRREGULARITY RESPONSE Automatic Rejection, not received, or if received, not 1 Late Response read publicly, returned unopened to the bidder or proponentSUBMIT Unsealed Envelope(s) or Automatic Rejection, not received, or if received, not 2 package(s) read publicly, returned to the bidder or proponent BID SECURITY – EXECUTION No bid security; Cheque not certified; or, Not an original bid security (e.g. Automatic Rejection a photocopy or a facsimile of a bid bond) NOT Insufficient bid security Automatic Rejection 3 Does not name "City of Toronto" Automatic Rejection VIEWINGBid bond missing bidder's seal Automatic Rejection DOBid bond missing SURETY seal Automatic Rejection Bid bond missing authorized Automatic Rejection signature of bonding company

PMMD V 5.18 – 2018.08.09 Page 1-12 15 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

Bid bond missing authorized Automatic Rejection signature of bidder RESPONSE DOCUMENT – EXECUTION Original response not completed in non-erasable medium and Automatic Rejection signed in ink Response not in English Automatic Rejection Response document missing Automatic Rejection 4 signature of bidder Automatic Rejection, unless in the opinion of the Purchasing Manager, the addenda do not significantly Response document(s) in which all impact the response in which case the bidder will be addenda issued have not been given 2 business days after official notification to acknowledged formally acknowledge the addenda,ONLY with no change permitted to the original bid INCOMPLETE RESPONSE Automatic Rejection, unless in the opinion of the An incomplete response (partial Purchasing Manager the matter is trivial or 5 bids, all required items not bid) insignificant and does not impact the ability to conduct a fair, competitive evaluation QUALIFIED RESPONSE Response qualified or restricted by Automatic Rejection, unless in the opinion of the a written statement, either within 6 Purchasing Manager, the qualification or restriction is the form of response document or trivial or insignificant included as an attachment COPY PRICE FORM Price form received on documents Automatic Rejection, unless in the opinion of the 7 other than those provided by the PurchasingSUBMIT Manager, the irregularity is trivial or City insignificant Price form which contains Automatic Rejection, unless in the opinion of the 8 additions, erasures or alterations Purchasing Manager, the irregularity is trivial or of any kind insignificant Price form containing clerical error(s) Two (2) business days to correct after official (Un-initialed erasures, notification overwriting, or strike-outs,)NOT Un-initialed changes to unit prices in the response document and the Two (2) business days to correct after official 9 contract totals are consistent with notification VIEWINGthe prices as amended Unit price missing (pricing form) Automatic Rejection DOLump sum missing (pricing form) Automatic Rejection Extension error based on quantity provided in bid document and unit Corrected by the Purchasing Manager rate provided by bidder

PMMD V 5.18 – 2018.08.09 Page 1-13 16 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

Un-initialed changes to unit prices in the price form and the base bid Automatic Rejection is not consistent with the price as amended BID EXECUTION FORM The Tender Call Cover page is not 10 submitted or does not contain an Automatic Rejection authorized signature Contents of City Policy Submission Form are incomplete Two (2) business days to correct after official 11 (partially submitted or submitted notification but not completed in full) OTHER IRREGULARITIES The Purchasing Manager shall have the authority to 12 Other Irregularities ONLY waive irregularities deemed to be minor

19. Execute Contract

The Successful Bidder will be required to execute the Contract by taking the following steps within ten (10) working days, not including Saturday, Sunday or a legal holiday, after being notified by the City that the Contract is ready for signature:

 execute four (4) (or such number as requested by the City) original copies of the CCDC-2 form of agreementCOPY and obtain and affix (at the Successful Bidder's sole cost) a CCDC copyright seal to the front page of each of the originally executed copies ;  obtain and furnish four—as such manner as requested by the City— original copies of Performance Bond (Form 32 of the SUBMITConstruction Act) and Labour and Material Payment Bond (Form 31 of the Construction Act) all signed and sealed by itself and its surety;  arrange for two (2) original copies of the City's form of insurance certificate to be completed and signed (including stamp of insurance broker) as required;  complete and sign the City's WSIB & Tax Statutory Declaration Form; and  complete and sign the Supplementary Statutory Declaration if required.

Should the Successful Bidder fail or refuse to execute the Contract by taking the steps outlined in this sectionNOT within ten (10) working days after being requested by the City, it will be considered that the Successful Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

20. Offers to Agencies and Corporations (Piggyback Option) VIEWING Not Applicable. DO

PMMD V 5.18 – 2018.08.09 Page 1-14 17 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

21. Failure or Default of Bidder

If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Bidder under the terms of the Tender Call, the City may:

a) disqualify the Bidder from the Tender Call and/or from competing for future Tender Calls issued by the City for a period of one year; and

b) require the Bidder to pay the City the difference between its Bid and any other Bid which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default.

The Bidder shall be ineligible to submit a new Bid for any Call that the City is required to reissue as a result of the Bidder's failure or default or where the CityONLY deems that the Bidder has abandoned the Agreement.

22. Currency Unless otherwise stated herein, prices quoted are to be in Canadian dollars.

23. Tied Bids In the event that the City receives two (2) or more Bids identical in price, the City reserves the right to select one of the tied Bids as set out in the Tied Bid procedure under the Purchasing Procurement Processes Policy. The Tied Bid procedure allows to first to consider whether any of the biddersCOPY are a Diverse Supplier as defined in the Social Procurement Policy to break the tie. If no bidder is a Diverse Supplier then the tie will be broken by way of coin toss or lottery.

24. Mathematical Errors SUBMIT In the event of mathematical errors found in the pricing pages of the Bid, the unit prices quoted shall prevail. Extensions and totals may be corrected accordingly and adjustments resulting from the correction(s) will be applied to the total bid price quoted.

25. Ownership and Confidentiality of City-Provided Data All correspondence, documentation and information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this Tender Call, the Work or the acceptance of any Bid:NOT

a) is and shall remain the property of the City;

b) must be treated by Bidders and prospective Bidders as confidential; VIEWING c) must not be used for any purpose other than for replying to this Tender Call, and DOfor fulfillment of any related subsequent agreement.

PMMD V 5.18 – 2018.08.09 Page 1-15 18 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

26. Ownership and Disclosure of Bid Documentation The documentation comprising any Bid submitted in response to this Tender Call, along with all correspondence, documentation and information provided to the City by any Bidder in connection with, or arising out of this Tender Call, once received by the City:

a) shall become the property of the City;

b) shall become subject to MFIPPA, and may be released, pursuant to that Act.

Because of MFIPPA, prospective Bidders are advised to identify in their Bid material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury. ONLY Each Bidder’s name and total bid price shall be made public. Bids will be made available to members of Council on a confidential basis and may be released to members of the public pursuant to MFIPPA.

27. Intellectual Property Rights Each Bidder warrants that the information contained in its Bid does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connectionCOPY with their Bid.

28. Notification to Other Bidders Once the Successful Bidder is notified of their selection, the other Bidders will be notified by the City in writing of the outcome of the TenderSUBMIT process.

29. Debriefing Bidders may request a debriefing after receipt of a notification of the outcome of the selection process. All requests must be in writing to the City Contact and must be made within sixty (60) days of notification of the outcome of the selection process. The intent of the debriefing information session is to aid the Bidder in presenting a better bid in subsequent procurementNOT opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the Tender process. VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 1-16 19 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

30. Bid Protest Procedure A) Pre-award bid disputes. Bidders should seek a resolution of any pre-award dispute by communicating directly with the City Contact as soon as possible from the time when the basis for the dispute became known to them. The City Contact may delay the outcome of the selection process, or any interim stage of this Tender process, pending the acknowledgement and resolution of any pre-award dispute. For more information, see the Pre-Award and Post-Award Bid Dispute Process. B) Post-award bid disputes. Any dispute to the outcome of this Tender process must be received in writing by the City Contact no later than ten (10) days after the date of the notification of the outcome of the selection process, or where a debriefing has been requested, no later than five (5) days after such debriefing is received. Any dispute that is not timely received or in writing will not receive further consideration. ONLY Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact through consultations with the Bidder, shall be referred to the Treasurer or their designate(s) for an impartial review, based on the following information: A. A specific description of each act or omission alleged to have materially breached the procurement process; B. A specific identification of the provision in the solicitation or procurement procedure that is alleged to have been breached; C. A precise statement of the relevant facts; D. An identification of the issuesCOPY to be resolved; E. The Bidder's arguments, including any relevant supporting documentation; and F. The Bidder's requested remedial action. The Treasurer or their designate(s), in consultationSUBMIT with the City Solicitor, may: A. Dismiss the dispute; B. Accept the dispute and direct the City Contact to take appropriate remedial action, including, but not limited to, rescinding the award and any executed contract, and canceling the solicitation. For more information, see the Pre-Award and Post-Award Bid Dispute Process. NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 1-17 20 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

31. Supplier Code of Conduct A. Honesty and Good Faith Bidders must respond to the City's Tender Call in an honest, fair and comprehensive manner that accurately reflects their capacity to satisfy the requirements stipulated in the Tender Call. Bidders shall submit a Bid only if they know they can satisfactorily perform all obligations of the contract in good faith. Bidders shall alert the Buyer to any factual errors, omissions and ambiguities that they discover in the Tender Call as early as possible in the process to avoid the Tender Call being cancelled. B. Confidentiality and Disclosure Bidders must maintain confidentiality of any confidential City information disclosed to the Bidder as part of the Tender Call. ONLY C. Conflicts of Interest and Unfair Advantage Bidders must declare and fully disclose any actual or potential conflict of interest or unfair advantage related to the preparation of their bid or where the Bidder foresees an actual or potential conflict of interest in the performance of the contract. D. Collusion or Unethical Bidding Practices No Bidder may discuss or communicate, directly or indirectly, with any other Bidder or their Affiliated Persons about the preparation of their Bid including, but not limited to, any connection, comparison of figures or arrangements with, or knowledge of any other supplier making a submission for the same work. Bidders shall disclose to the Buyer any affiliations or other relationshipsCOPY with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships. E. Illegality SUBMIT A Bidder shall disclose to the Buyer any previous convictions of itself or its Affiliated Persons for collusion, bid-rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited under the Criminal Code, the Competition Act or other applicable law, for which they have not received a pardon. F. Interference Prohibited No Bidder may threaten, intimidate, harass, or otherwise interfere with any City employee or public office holder in relation to their procurement duties. No Bidder may likewise threaten, intimidate,NOT harass, or otherwise interfere with an attempt by any other prospective Bidder to bid for a City contract or to perform any contract awarded by the City. VIEWINGG. Gifts of Favours Prohibited No Bidder shall offer gifts, favours or inducements of any kind to City employees or public office holders, or otherwise attempt to influence or interfere with their duties in relationDO to the Tender Call or management of a contract.

PMMD V 5.18 – 2018.08.09 Page 1-18 21 of 306 Section 1 – Tender Process Terms and Conditions Tender Call No. 62-2019

H. Misrepresentations Prohibited Bidders are prohibited from misrepresenting their relevant experience and qualifications in relation to the Tender Call and acknowledge that the City's process of evaluation may include information provided by the Bidder's references as well as records of past performance on previous contracts with the City or other public bodies. I. Prohibited Communications No Bidder, or Affiliated Person, may discuss or communicate either verbally, or in writing, with any employee, public office holder, or the media in relation to any solicitation between the time of the issuance of the Tender Call to the award and execution of final form of contract, unless such communication is with the Buyer and is in compliance with Chapter 140, Lobbying of the Municipal Code. J. Failure to Honour Bid ONLY Bidders shall honour their Bid, except where they are permitted to withdraw their bid in accordance with the process described in the Tender Call. Bidders shall not refuse to enter into a contract or refuse to fully perform the contract once their bid has been accepted by the City. K. Bidder Performance Bidders shall fully perform their contracts with the City and follow any reasonable direction from the City to cure any default. Bidders shall maintain a satisfactory performance rating on their Contracts with the City and other public bodies to be qualified to be awarded similar contracts.`COPY L. Disqualification for Non-Compliance with Supplier Code of Conduct Bidders shall be required to certify compliance with the Supplier Code of Conduct in the Submission Form (Section 3), with their Bid and verify compliance, upon request from the Buyer, prior to award. Any contravention of theSUBMIT Supplier Code of Conduct by a Bidder, including any failure to disclose potential conflicts of interest or unfair advantages, may be grounds for the Chief Purchasing Official to disqualify a Bidder from the Tender Call and suspend the Bidder from future procurements.

32. Governing Law and Interpretation The Terms and Conditions of the Tender Call are to be governed by and construed in accordance with the lawsNOT of the province of Ontario, including the City's Policies and Legislation. VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 1-19 22 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

1. General Information

Section 1 – Tender Process Terms and Conditions sets out the terms and conditions that will be used during the process of the Tender Call. Each Bidder should review the terms and conditions to understand the rules related to the Tender Call process.

Section 2 – Information for Bidders contains general information and instructions for Bidders in relation to filling out this Tender Call.

Section 3 – Tender Submission Package contains the forms that must be filled out and returned to form a complete Bid. Please see below for instructions.

Section 4 – Scope of Work contains the scope of work for the Tender Call, the specifications that must be abided by for the Tender Call and any related drawings to understanding the work required. Bidders should review this section in detail to fully understand what the Bidder is bidding on. ONLY

Section 5 – General Conditions of Contract contains the CCDC-2 – 2008, Stipulated Price Contract and the City of Toronto’s Supplementary General Conditions to the CCDC-2 -2008, Stipulated Price Contract. The Bidder should review these terms, along with any Specific Conditions of Contract that may be included as Section 5A, to understand the Contract being entered into with the City.

Section 5A – Specific Conditions of Contract, if included, contains additional terms for the Contract that supersedes or adds to the General Conditions of Contract. The Bidder should review these terms to understand the Contract being entered into with the City. COPY Section 6 – Contract Execution Package will contain:

(i) the CCDC-2 – 2008, Stipulated Price Contract (CCDC -2 is published by the Canadian Construction Document Committee ("CCDC") andSUBMIT is available for purchase from authorized document outlets listed on the following Web site: http://www.ccdc.org/WhereToBuy/WhereToBuy.html; (ii) the Performance Bond (Form 32 of the Construction Act) and the Labour and Material Payment Bond (Form 31 of the Construction Act); (iii) the City's form of Insurance Certificate; (iv) the WSIB & Tax Statutory Declaration; and (v) if applicable, a Supplementary Statutory Declaration for Occupational Health and Safety/Asbestos. NOT These forms do not have to be submitted for the Bid to be valid. Please see Section 1, article 18 for additional information on the execution of the Contract.

VIEWINGSection 7 – City Policies contains specific policies related to the Tender Call. It is the responsibility of the Bidder to review all of the City Policies located in Section 7 and as found on the City’s website at. https://www.toronto.ca/business-economy/doing- business-with-the-city/understandDO -the-procurement-process/purchasing-policies- legislation/

PMMD V 5.18 – 2018.08.09 Page 2-1 23 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

This Tender Call document contains a copy of the Contractor Performance Evaluation Form in Section 7. The Form helps to summarize and quantify performance. It provides guidance to City staff on creating and maintaining an evaluative record of a Contractor's performance on City projects for the purpose of Contract management and future purchasing decisions. Further information concerning the City's Contractor Performance Procedure can be found on the City's website at: https://www.toronto.ca/business-economy/doing-business-with-the- city/follow-up-on-city-contracts/contractor-performance-evaluation-cpe-form/

Section 8 – City Led / City Endorsed Workforce Development Programs, if included, contains examples of City Workforce development programs for the Bidders reference.

2. Mandatory Site Meeting

Bidders are required to attend the following Mandatory Site Meeting to ascertain the amount of work involved. A Mandatory Site Meeting will take place 11am on March 11, 2019. Meet with the City representative West main entrance to CentennONLYial Park Stadium at 56 Centennial Park Rd, , ON M9C 3T3.

Site meetings will not be available at any other times.

Bidders must sign in with the City’s Representative at the Mandatory Site Meeting during the designated date and time for their Bid to be considered.

Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant.

3. Deadline for Questions COPY

All questions concerning this Tender Call should be directed in writing to the Buyer indicated on the Tender Call Cover Page. The last day for questions with respect to this Tender Call is three (3) working days before closing time and date.SUBMIT

4. Fair Wage Schedule Information

The Fair Wage Schedule that is applicable to this Tender Call is the:

“INDUSTRIAL, COMMERCIAL, INSTITUTIONAL (I.C.I.) WORK” NOT Industrial, Commercial, Institutional (I.C.I.) Schedule 2016.pdf

VIEWINGPlease review a copy of the Fair Wage Schedule applicable to this Tender Call. The Fair Wage Schedules can be found at the following website: DO http://www.toronto.ca/fairwage

PMMD V 5.18 – 2018.08.09 Page 2-2 24 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair Wage Office by:

 Tel: (416) 392-7300  Fax:(416) 392-0801  E-Mail: [email protected]

5. Social Procurement Program – Workforce Development Requirement

Not Applicable.

6. Certificate of Recognition (COR™) Requirement Information ONLY Bidders must possess and maintain a valid Certificate of Recognition (COR™) or an Equivalent OHS Certification, such as ISO 45001 for the duration of the Contract, The Successful Bidder shall provide a copy of a valid Certificate of Recognition (COR™) or Equivalent OHS Certification in the legal name of the entity submitting the tender within three (3) working days upon being contacted by the City prior to award.

Subcontractors will not be expected to hold COR certification, but they will be expected to adhere to the certified General Contractor’s Health and Safety Program.

COPY

"Certificate of Recognition (COR™)" means the nationallySUBMIT recognized occupational health and safety certification granted to qualifying firms by the Infrastructure Health and Safety Association (IHSA) of Ontario or its successor.

"Equivalent OHS Certification" means an occupational health and safety certification issued to qualifying firms by an independent third-party organization and accepted by the City (in the City's sole discretion) as equivalent to the Certificate of Recognition (COR ™), such as ISO 45001.

7. City of Toronto - Invoice/Billing Requirements NOT To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delay and the invoice may be returned to you without payment. VIEWING It is the vendor's responsibility to submit correct invoices for payment of goods /services delivered to the City of Toronto divisions. If an incorrect invoice is submitted, the vendor will be requested to issue a creditDO note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms.

PMMD V 5.18 – 2018.08.09 Page 2-3 25 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

7.1 Exceptions

The standard invoice billing requirement must be followed with the exception of vendor invoices related to an approved capital project subject to construction lien holdbacks only. Billing requirement direction will be provided by the contract custodian or city divisional designate.

7.2 Electronic Invoices

To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delays.

It is the vendor's responsibility to submit accurate invoices for goods /services delivered to the City of Toronto divisions. If an inaccurate invoice (ie: but not limited to, pricing, quantity or services provided) is submitted, the vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, theONLY re-issue date of the new invoice will be used to calculate the early payment discount terms.

7.3 Standard Invoices:

1) Original hardcopy vendor invoices must be addressed and sent DIRECTLY to:

City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall COPY Toronto, ON M5V 3C6; or

2). Electronic Invoices SUBMIT

To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices submitted must be in a PDF format with either single or multiple invoice(s) per attachment.

Note: Do not send statements or past due invoices to this email address, only current invoices will be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted an electronicNOT invoice. If you have any questions regarding this process, please contact AP Customer Service at 416-397-5235 and follow the prompts.

3) Invoice/s submitted to the City of Toronto must have complete ship to information including: VIEWING I. Name of City Division, II.DO The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), III. Delivery location of goods and/or services (excluding pick-up order),

PMMD V 5.18 – 2018.08.09 Page 2-4 26 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

IV. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO) must be clearly indicated on the invoice. V. Complete "Remit To" address is required on all submitted vendor invoices

A purchasing document number must be provided by City Staff at time of order for goods or services.

4) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid.

5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered.

6) Vendors are to provide backup documentation directly to the orderingONLY Division, not Corporate Accounts Payable.

7.4 Construction Contracts & Consultant Assignments related to Capital Projects – With a Holdback only

Invoices related to an approved capital project with a holdback and managed by a Contract Administrator (CA) must be forwarded to the CA for review and approval. Billing requirement direction will be provided by the contract custodian or city divisional designate prior to the start of the contract. COPY 1) All invoices must be addressed and sent DIRECTLY to:

Contract Administrator City of Toronto SUBMIT Address Contact Info: Phone #, E-mail address

Note: Contact Information of respective CA will be provided in writing, prior to the start of the contract.

2) Invoice/s submitted to the City of Toronto Contract Administrator must have complete information including: NOT I. Contract/Project Number II. Name of City Division and Contract Administrator III. Vendor Number IV. Vendor Name and address VIEWINGV. The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), VI.DO Description of work/ Project Name VII. Location of work VIII. Bill through Dates(Work Done): from and to IX. Invoice Date

PMMD V 5.18 – 2018.08.09 Page 2-5 27 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

X. Sub-total Amount: Excluding all taxes XI. Total Invoice Amount; Including all taxes XII. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO), must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

7.5 Billing Requirements

1) Original vendor invoices must be addressed and sent DIRECTLY to:

City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall ONLY Toronto, ON M5V 3C6

2) Invoice/s submitted to the City of Toronto must have complete ship to information including:

XIII. Name of City Division, XIV. The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), XV. Delivery location of goods and/or services (excluding pick-up order), XVI. Purchasing document information on the invoice (blanket contract number, contract release order numberCOPY (CRO) purchase order (PO) or Divisional Purchase Order (DPO), or Schedule "A" must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

Invoices that do not contain the required billingSUBMIT information may be returned without payment to the vendor for correction.

3) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid.

4) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered.

5) Vendors are to provide backupNOT documentation directly to the ordering Division, not Corporate Accounts Payable.

7.6 Contract Release Order for Contract Purchases

VIEWINGA request for delivery in the form of a Contract Release Order (CRO) will be issued for each purchase against a contract. DO All invoices submitted for payment of contract goods/services must contain:

I. Blanket Contract Number

PMMD V 5.18 – 2018.08.09 Page 2-6 28 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

II. Contract Release Order Number (CRO)

Under no circumstances are Contract Release Orders to be filled for commodities or services that are not included on a Contract.

The total value estimated on a Contract including all charges, excluding any applicable taxes, is not to be exceeded without authorization.

A Contract shall not be valid once the specified period has elapsed unless an extension has been requested by the City.

The City, in its sole discretion, has the right to terminate a contract prior to the expiration of the term without cause or penalty, provided the Total Value Estimated as specified on the Contract Order has been reached.

7.7 Payment Terms ONLY

Unless otherwise specified on the invoice, the City will assign payment terms of Net 30 days. Payment terms "Due Upon Receipt" are considered Net 30 days.

7.8 Discount Terms

The City will consider offers of early payment discount terms. If correct billing information has been indicated on the invoice, it is the City’s policy to pay within vendor’s discount terms from the receipt date of the invoice in the Corporate Accounts Payable unit – Metro Hall, 55 John Street, 14th Floor. COPY Early Payment terms should be clearly indicated on the invoice.

Note: Discount terms for early payment cannot be earlier than 15 days from the receipt date of the invoice by the City of Toronto, Corporate AccountsSUBMIT Payable unit.

7.9 Direct Deposit

City of Toronto offers secure electronic deposit payments directly to your bank account through our “Direct Deposit” program. For more information and/or to enrol for this payment option, please email us at [email protected] or contact AP Customer Service at 416-397- 5235 and follow the prompts. Effective January 1, 2014, all new contracts for existing or new vendors must be enrolled in the Direct Deposit program. NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 2-7 29 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

8. Instructions for Section 3 - Tender Submission Package

8.1 Mandatory Bid Submission Requirements

The following must be completed in its entirety and submitted with your Bid at the time of closing. Failure to submit SHALL result in the Bid being rejected as non-compliant.

A. Tender Call Cover Page

Bidder must fill in all information as requested in ink. Remember to have the cover signed by an authorized signing officer, if a corporation. If not a corporation, have the cover signed by an authorized signing officer.

Remember to indicate the receipt of all addenda.

B. Bid Bond and other Security ONLY

Every Bidder shall submit with their Bid a Bid Bond in the amount of 10% of the Bid amount of and will agree to provide a Performance Bond and a Labour and Material Payment Bond for the due and proper performance of the Work, each in the amount of 50% of the Contract amount including an extended 24 month warranty period. The Bonds will be issued by a licensed surety company authorized to transact business in the Province of Ontario and shall be maintained in good standing until the fulfilment of the Contract.

Failure of a Bidder to submit a fully completed Bid Bond, in the form enclosed in the Tender Submission PackageCOPY SHALL result in the Bid being rejected as non- compliant.

Should the Bidder fail or refuse to execute the Form of Contract within ten (10) working days after being requested by the City,SUBMIT it will be considered that the Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

C. City Policies Submission Form

The Policy Submission Form contains statements from different City of Toronto Policies. The complete text of these policies can be found on the City’s website (https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the- procurement-process/purchasing-policies-legislation/NOT ). The Bidder shall answer the questions posed and include the signed submission form with the completed Tender Submission Package.

D. Pricing Form VIEWING All instructions to fill out the Pricing Form can be found on the first page of the Pricing FormDO in Section 3.

In the event of any discrepancy between the information provided on the Tender Call Cover Page and the amount set out in the Pricing Form, the Pricing Form shall govern.

PMMD V 5.18 – 2018.08.09 Page 2-8 30 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

In the event of any discrepancy between the total price and the unit price, the unit price shall prevail and the total price may be adjusted and verified according to the City's Mathematical Errors Procedure accordingly.

8.2 Mandatory Submission Requirements Prior to Award

The Bidder must submit the following documents within five (5) working days upon being contacted by the City. Failure to submit the documents within this time limit will result in disqualification of the Bid.

A. Experience and Qualifications Form

The Bidder must have the following experience in order to be considered for award: ONLY

1. Must have completed (including testing and commissioning), and must have achieved Substantial Completion within the meaning of the Construction Act for at least three (3) projects within the past five (5) years as General Contractor involving the construction of new or upgraded facilities in the Public sector minimum dollar value of $750,000 Canadian Dollars each (excluding taxes). At least one of these projects must have involved staged/phased construction activities.

2. The general contractor or one of its subcontractors must have completed at least one project in last five (5) years that deals with similar scope – exterior waterproofing of a structure using a comparableCOPY method to one specified.

3. Waterproofing subcontractor:

Manufacturer Qualification: SUBMIT

3.1 A qualified manufacturer with minimum five years' experience in manufacture of waterproofing as one of its principal products.

3.2 Manufacturer's product submitted has been in satisfactory operation on five similar installations for at least five years.

3.3 Approval of Manufacturers and Comparable Products: Submit the following in accordance with NOTproject substitution requirements, within time allowed for substitution review:

A. Completed and signed Substitution Request form B. Product data, including certified independent test data indicating compliance VIEWINGwith requirements C. Sample shop drawings from similar project. DOD. Project references: Minimum of five installations of similar system not less than five years old, with Owner and consultant contact information. E. Name and resume of proposed qualified Inspector F. Sample warranty

PMMD V 5.18 – 2018.08.09 Page 2-9 31 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

Testing Agency Qualifications:

Qualified independent agency experienced in the installation of the specified waterproofing system, and qualified to perform observation and inspection specified in Field Quality Control Article to determine Installer’s compliance with the requirements of this Project, acceptable to Architect, retained by the Contractor.

Installer Qualifications:

A manufacturer-approved firm with minimum five years' experience in installation of specified products in successful use on similar projects, employing workers trained by manufacturer, including a full-time on-site supervisor with a minimum of five years' experience installing similar work, and able to communicate verbally with Contractor, consultant and employees. ONLY 4. Overhead Door subcontractor

4.1 Manufacturer: Company specializing in manufacturing products specified in this section with minimum five years documented experience.

4.2 Installer: Authorized representative of the manufacturer with minimum five years documented experience.

5. Windows subcontractor COPY

Manufacturer:

Minimum five years' experience in producingSUBMIT aluminum windows of the type(s) specified, member AAMA, NFRC.

6. Epoxy Flooring subcontractor

Installer: A. To be experienced in application of specified materials for a minimum of 5 years on projects of similar size and complexity.

B. Submit list ofNOT completed projects including project name and location, name of architect or Owner and name of material manufacturer.

C. Submit letter of approval from manufacturer stating applicator is qualified to apply materials VIEWING D. Applicator's Personnel: Employ persons trained for application of specified DOmaterials.

PMMD V 5.18 – 2018.08.09 Page 2-10 32 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

In order to prove they have the required experience, the Bidder must complete and submit the Experience and Qualifications Form as contained in Section 3, Tender Submission Package as part of their Tender submission and provide the following information:

 Project description, i.e. location, scope of work, project value and contract number;  Approval authority contact along with telephone or e-mail information;  Owner contact information;  Consultant contact information (if applicable) and;  List of Sub-Contractors for each project.

In providing this information, the Bidder gives the City and the Consultant consent to contact these individuals to confirm the information. Failure to provide the required information listed on the Experience and Qualifications Form shall render the Bid non- compliant. If required, the City will make its own arrangements in contacting the references. If, at the City’s sole discretion, the references do not confirmONLY the Bidder’s ability to undertake the Work associated with the requirements stated in this Tender Call, the Bid will be declared non-compliant and will not be considered for award.

The City reserves the right to verify whether Bidders are relying upon past experience of an Affiliated Person including the nature of the corporate relationship and its relevance to this project. If, at the City's sole discretion, it is determined that a Bidder is relying on an Affiliated Person's past experience and a transfer of the Affiliated Person's experience cannot be demonstrated as relevant to this project then the Bid will be declared non- compliant and not be considered for award.

The City reserves the right to verify past performance of the Bidder or its Affiliated Persons with its performance records onCOPY relevant City projects (including the City's Agencies, Boards, Commissions and Corporations).

B. Statutory Declaration for the Occupational Health and Safety Act SUBMIT It is the Bidder’s responsibility as "Constructor" under the provisions of the Occupational Health and Safety Act of Ontario, R.S.O. 1990, c. O.1, as may be amended (hereinafter “OHSA”), to co-ordinate the activities of all employees and workers under the Bidder’s control operating within the Contract limits to ensure that the requirements of the OHSA are satisfied.

To that end, the Bidder must complete the Statutory Declaration found in Section 3 indicating whether they comply with the OHSA. This Statutory Declaration must be signed and declared before a NOTCommissioner of Oaths. The Statutory Declaration states that:

i) the Bidder and all Sub-Contractors have in place safety programs according to the requirements of the OHSA; VIEWINGii) all employees of the Bidder and Sub-Contractors have received training in occupational safety in accordance with the requirements of the OHSA; and iii) a representative of the Bidder, whom it shall designate and name in the required DOStatutory Declaration, with responsibility for supervising the Contract's implementation is qualified as a "Competent Person" as defined in the OHSA.

PMMD V 5.18 – 2018.08.09 Page 2-11 33 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

In the case where the Bidder has indicated "HAVE NOT" in either or both of sub-clauses 3(A) or 3(B) of the Statutory Declaration submitted with its Bid and has been awarded the Contract, the Bidder will be required to submit a Supplementary Statutory Declaration after award of the Contract in the form provided in Section 6 entitled “Supplementary Statutory Declaration” to the effect that the requisite training and programmes are in place. The Bidder will bear full responsibility for all consequences, financial or otherwise, of any failure or delay by the Bidder in submitting the Supplementary Statutory Declaration.

C. Certificate of Recognition (COR™) Requirement

The Bidder will be required to provide a copy of a valid Certificate of Recognition (COR™) or Equivalent OHS Certification in the legal name of the entity submitting the tender.

Bidders must possess and maintain a valid Certificate of Recognition (COR™) or an Equivalent (such as ISO 45001) OHS Certification for the duration of the Contract. (See Section 2 (6) of this tender for further details) ONLY

In the event that a copy of the valid Certificate cannot be produced within three (3) working days of the City contacting the bidder, the bidder must provide a valid certificate number. The City may refuse to award a contract to any bidder, including the lowest bidder, where the requested information has not been received within three (3) working days of the City contacting the bidder. D. List of Subcontractors Form

Upon request, the Bidder will be required to provide a list of Subcontractors and associated work types to the City for its review and approval prior to award. COPY Bidders must not include companies under suspension by the City on their list of Subcontractors.

If a Bidder proposes to subcontract with a competingSUBMIT Bidder on this Tender Call, the Bidder must declare that proposed subcontracting arrangement in accordance with the Supplier Code of Conduct provisions of the City Policies Submission Form Schedule at or prior to the Closing Date. Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the ContractorNOT prior to an award of contract. The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named VIEWINGSubcontractor must be submitted in writing.

The Contractor acknowledges that upon receipt of such a request by the City, the review and approvalDO process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor.

PMMD V 5.18 – 2018.08.09 Page 2-12 34 of 306 Section 2 – Information for Bidders Tender Call No. 62-2019

E. Corporate Profile Report

Upon request, the Contractor will be required to provide a copy of the Contractor's and/or any of the Contractor's Affiliated Person's Corporate Profile Report(s) (Ontario), or equivalent official record issued by the appropriate government authority. The City also reserves the right to require the Contractor to provide a copy of the Corporate Profile Report or equivalent official record for all of the Contractor's affiliated or related legal entities. The Corporate Profile Report(s) must have been issued not more than ten (10) working days prior to the date that the City requests the report. The City reserves the right to confirm the accuracy of the information contained in the Corporate Profile Report, and to require additional information from the contractor as necessary.ONLY

In the event that a request for a Corporate Profile Report or equivalent official record cannot be processed by the appropriate government office within five (5) working days of the City contacting the contractor, the contractor must provide proof that the request has been made and provide an indication as to when the information is expected to be received. The City may refuse to award a contract to any contractor, including the lowest bidder, where the requested information has not been received within five (5) working days of the City contacting the contractor.

F. Itemized Prices Where included, the Itemized Prices Form must be completed and submitted when requested. COPY

SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 2-13 35 of 306 Section 3 – Tender Submission Package Bid Bond Tender Call No. 62-2019

BOND NO: KNOW ALL MEN BY THESE PRESENTS that we

herein called the "Principal" - and - herein called the "Surety"

are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of ONLY 10% of Quoted Bid of lawful money of Canada, to be paid to the City or to its successors or assigns for which payment well and truly to be made, we jointly and severally bind ourselves, our and each of our several and respective executors, administrators, successors and assigns and every of them forever firmly by these presents.

SEALED with our several and respective seals. DATED this day of COPY 20 WHEREAS the said Principal is herewith submitting to the City its Tender for

TENDER CALL NO.SUBMIT 62-2019

and the said Tender provides that it is to continue open to acceptance and to be irrevocable until the formal contract is executed by the successful Bidder. NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-1 36 of 306 Section 3 – Tender Submission Package Bid Bond Tender Call No. 62-2019

NOW the condition of this obligation is such that if, on acceptance of the Tender of the aforesaid Principal in accordance with the terms and conditions of said Tender within 90 days from the closing date of the Tender, the said Principal shall, within the time required, enter into a formal contract and give good and sufficient bonds required by the said Tender to secure (i) the performance of the terms and conditions of the contract, and (ii) payment for certain labour and materials, both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the Tender of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new Tenders if the latter sums of the amount be in excess of the former;ONLY but in no event shall the Surety's liability exceed the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding.

SEALED AND DELIVERED ) in the presence of ) COPY ) ) Principal ) SUBMIT ) ) ) Surety

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-2 37 of 306 Asbestos Section 3 – Tender Submission Package Abatement Statutory Declaration Form for Occupational Health and Safety Tender Call No. 62-2019

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: }

as hereinbefore described on the first page of the TENDER CALL PACKAGE. ONLY I/we of the city / town / village of in the province of do solemnly declare as follows:

IF AN INDIVIDUAL 1. I am STRIKE OUT "OF" (If an incorporated Company, state "President", “Secretary”, or as the case may be)

of (State Firm Name) COPY the Bidder herein.

IF AN INDIVIDUAL I am the Bidder herein andSUBMIT I carry on business at CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THE FOLLOWING under the name of and PARAGRAPH (State Firm Name)

there is no other person associated with me in partnership.

IF A WeNOT are the Bidders herein and we carry on business at PARTNERSHIP, USE THE in partnership, FOLLOWING PARAGRAPH under the name of and VIEWING (State Firm Name)

DO we are the only members of such partnership.

PMMD V 5.18 – 2018.08.09 Page 3-3 38 of 306 Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 62-2019

2. I/We have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (J) of the Occupational Health and Safety Act. R.S.O., 1990, c. O.1, as may be amended (hereinafter “OHSA”), and the said policy does not conflict with the Health and Safety Policy of the City of Toronto.

3. With respect to the goods and services contemplated in the above Contract, the Bidder and its proposed Subcontractors a) HAVE/HAVE NOT YET ** conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, constructionONLY projects, confined spaces and designated substances. b) HAVE/HAVE NOT YET ** put into effect all programmes relating to designated substances as required by the regulations under the OHSA. c) HAVE/HAVE NOT YET ** put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA. d) In the case where "HAVE NOT YET" has been indicated in either or all of (a), (b) or (c) the Bidder undertakes to provide to the Executive Director or General Manager of the respective Division a "Supplementary Statutory Declaration” on the form provided following award of Contract that the requisite training and/or programmes have been completed in order that a written COPYorder to commence Work may be issued by the Executive Director or General Manager, and undertakes that no claim for delay or extension of Contract will be made for failure by the Bidder to comply with this requirement. SUBMIT ** EITHER "HAVE" OR "HAVE NOT YET" TO BE STRUCK OUT AND INITIALLED *** BIDDER TO WRITE IN THE NAME OF THE DESIGNATED “ COMPETENT PERSON ”

4.(a) The Bidder Designates ***______, a representative of the Bidder who shall be assigned to a supervisory role over the Work of the Contract and who has received training in the provisions of the OHSA which qualifies him/her to act as a "Competent Person" as definedNOT in the OHSA, in order to have him/her act in an informed and responsible manner in complying with the OHSA and the Contractor's role as employer under the terms of this Contract and the OHSA. 4.(b) Without limiting the generality of the foregoin, the Bidder’s supervisors HAVE/HAVE NOT VIEWINGYET ** received, in addition to the training set out in 3(a), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (DesignatedDO Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

PMMD V 5.18 – 2018.08.09 Page 3-4 39 of 306 Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 62-2019

4.(c) Without limiting the generality of the foregoing, the Bidder HAS/HAS NOT YET ** provided to its supervisors and all personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) training with respect to Asbestos Abatement which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”. Effective November 1, 2007, and in accordance with section 20 of Ontario Regulation 278/05, for type 3 operations, supervisors and personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) HAVE/HAVE NOT YET completed the Asbestos Abatement Worker Training program approved by the Ministry of Training Colleges and Universities. 5. I/We have carefully read through the foregoing Tender Call Package, and to the best of my/our information, knowledge and belief the several matters stated in the said Bid are in all respects correct and true. ONLY 6. I am/We are each of the full age of twenty-one years or over. And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of "the Canada Evidence Act". SEVERALLY DECLARED before me at the } } of in } the Province of Ontario } COPY} this day } Signing Officer of Company } of 20 } SUBMIT A Commissioner, etc.

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-5 40 of 306 Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 62-2019

APPENDIX “A”

“ASBESTOS ABATEMENT TRAINING”

 history of asbestos and asbestos-containing materials;

 the hazards of asbestos;

 health effects associated with asbestos exposure;

 methods of controlling asbestos hazards;

 review of Ontario’s Occupational Health and Safety Act and RegONLYulation (278/05) pertaining to asbestos;

 reasons for abatement;

 Type 1, Type 2 and Type 3 abatement methods and procedures;

 notification of project procedures;

 use and maintenance of personal protective equipment;

 air monitoring and analysis procedures; COPY  asbestos disposal requirements;

 overview of asbestos products in switch gears, roof felts and underground tanks; SUBMIT  owner’s and employer’s responsibilities;

 employee’s responsibilities;

 consultant roles and responsibilities;

 contractor roles and responsibilities; NOT  access procedures for areas containing asbestos

 procedure regarding unplanned asbestos identification; VIEWING  use of air monitoring/testing equipment;

DO  use of respirators;

 use of disposable clothing;

PMMD V 5.18 – 2018.08.09 Page 3-6 41 of 306 Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 62-2019

 construction of enclosure with decontamination facility (exhaust unit, worker access, airlocks, etc.) including a transfer room and clean room;

 use of air movement and filtration system;

 use of vacuum system (HEPA);

 use of hand tools, cleaning tools;

 use of poly sheeting, bags, labels and tape;

 use of warning signs; ONLY  use of surfactants and encapsulents; and

 use of airless electric sprayer.

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-7 42 of 306 Section 3 – Tender Submission Package City Policies Form Tender Call No. 62-2019

POLICIES

The Bidder has read, understood and agrees to comply with the terms and conditions contained in this Tender Call and the City’s Policies and Legislation set out on the City of Toronto website at: https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the- procurement-process/purchasing-policies-legislation/

DECLARATION OF COMPLIANCE WITH THE CITY'S SUPPLIER CODE OF CONDUCT

By signing this form, the Bidder acknowledges that it has read and understands its obligations under the Supplier Code of Conduct and further certifies that the Bidder, and any of its proposed subcontractors, will provide the services in compliance with the SupplierONLY Code of Conduct.

Refer to the Supplier Code of Conduct in Article 13 of Chapter 195, Purchasing, of the Toronto Municipal Code.

PROHIBITION AGAINST COLLUSION AND UNETHICAL BIDDING

If the box below is left blank, the Bidder will be deemed to declare that it had no affiliation or other relationships with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships. If the Bidder declares an affiliation or otherCOPY relationship with other Bidders that might be seen to compromise the principle of fair competition, the Bidder must set out the details below:

SUBMIT

NOT

VIEWINGRefer to the Supplier Code of Conduct mentioned above.

DO

PMMD V 5.18 – 2018.08.09 Page 3-8 43 of 306 Section 3 – Tender Submission Package City Policies Form Tender Call No. 62-2019

PROHIBITION AGAINST ILLEGALITY

If the box below is left blank, the Bidder will be deemed to declare that is has no previous convictions of itself or affiliated persons for collusion, bid-rigging, price-fixing, bribery, fraud, or other similar behaviors or practices prohibited under the Criminal Code, the Competition Act, or other applicable law, for which the Bidder has not received a pardon. If the Bidder declares that it has previous convictions of itself or affiliated persons, the Bidder must set out the details below:

ONLY

Refer to the Supplier Code of Conduct mentioned above.

CONFLICTS OF INTEREST OR UNFAIR ADVANTAGE COPY If the box below is left blank, the Bidder will be deemed to declare that (a) there was no Conflict of Interest in connection with preparing its Bid; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in this Tender Call. SUBMIT Potential Conflicts of Interest or unfair advantage include, but are not limited to:

(1) Engaging current or former City employees or public office holders to take any part in the preparation of the Bid or the performance of the contract if awarded, any time within two (2) years of such persons having left the employ or public office of the City; (2) Engaging any family members, friends or private business associates of any public office holder whichNOT may have, or appear to have, any influence on the procurement process or performance of the contract, if awarded; (3) Prior involvement by the supplier or affiliated persons in developing the technical VIEWINGspecifications or other evaluation criteria for the solicitation; (4) Prior access to confidential City information by the supplier, or affiliated persons, that is materially related to the solicitation and that was not readily accessible to otherDO prospective Bidders; or (5) The Bidder or its affiliated persons are indebted to or engaged in ongoing or proposed litigation with the City in relation to a previous contract.

PMMD V 5.18 – 2018.08.09 Page 3-9 44 of 306 Section 3 – Tender Submission Package City Policies Form Tender Call No. 62-2019

If the Bidder has an actual or potential Conflict of Interest, the Bidder should bring this to the attention of the Buyer as early as possible in the Tender Call process, and must set out the details in writing below:

ONLY

The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation of our Bid; AND (b) were employees of the City and have ceased that employment within twenty four (24) months prior to the Closing date:

Name of Individual: Job Classification: COPY Department:

Last Date of Employment with the City: Name of Last Supervisor: SUBMIT Brief Description of Individual’s Job Functions: Brief Description of Nature of Individual’s Participation in the Preparation of the Bid

(Repeat above for each identified individual. Bidders may include this information on a separate sheet if more space is required) NOT The Bidder agrees that, upon request, the Bidder shall provide the City with additional information from each individual identified above in a form prescribed by the City.

VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-10 45 of 306 Section 3 – Tender Submission Package City Policies Form Tender Call No. 62-2019

PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERE CHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT (if applicable)

Purpose: To advise suppliers that the City of Toronto does not wish to encourage the use of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development.

Policy: Bidders must state where the products offered have been made. City Council does not wish to see products used that have been made in factories in countries where children are used as slave labour or other exploitive circumstances, which impedes child development. Therefore, preference will be given to bidders that obtain products from anyONLY country other than the aforementioned, but this criteria will not be used to disqualify any bidder.

 Bidders must state where the products offered have been made: ______(Specify)

 Bidders to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development: ______(Specify)

This policy will be considered in the evaluation of all Bids received.

COPY ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT (if applicable)

For a copy of the City of Toronto Environmentally Responsible Procurement Policy, please download a copy of the Policy at https://www.toronto.ca/wp-content/uploads/2017/08/8e27-SUBMIT environment_procurement.pdf

State if environmentally preferred products/service is being offered:

YES______NO______

State briefly the environmental benefit of the product/service offered:

______NOT ______VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-11 46 of 306 Section 3 – Tender Submission Package City Policies Form Tender Call No. 62-2019

DECLARATION OF COMPLIANCE WITH ANTI-HARASSMENT/DISCRIMINATION LEGISLATION & CITY POLICY

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter.

Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism,ONLY harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity.

The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council.

Declaration: I/we uphold our obligations under theCOPY above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. SUBMIT WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to NOTdemonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract.

VIEWINGACCESSIBILITY FOR ONTARIANS WITH DISABILITIES STANDARDS

The Bidder acknowledgesDO that it shall deliver, as appropriate for each Deliverable, accessible and inclusive Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians with Disabilities Act, 2001 (ODA) and Accessibility for Ontarians with Disabilities Act, 2005 (AODA) and its regulations in order to achieve accessibility for Ontarians with disabilities.

PMMD V 5.18 – 2018.08.09 Page 3-12 47 of 306 Section 3 – Tender Submission Package City Policies Form Tender Call No. 62-2019

Bidders are also required to comply with the City’s accessibility standards, policies, practices, and procedures, which may be in effect during the Term of the Agreement and which apply to the Deliverables. The accessible customer service training requirements which are applicable to the Deliverables may be reviewed at: https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the- procurement-process/purchasing-policies-legislation/accessible-customer-service-training- requirements/

DISCLOSURE OF BID INFORMATION

The Bidder hereby agrees that any information provided in this Bid, even if it is identified as being supplied in confidence, may be disclosed where required by law or if required by order of a court or tribunal. The Bidder hereby consents to the disclosure, on a confidential basis, of this Bid by the City to the City’s advisers retained for the purpose of evaluatingONLY or participating in the evaluation of this Bid.

The Bidder shall provide the City with ongoing disclosure, should the Bidder be awarded a contract and any of the information or representations provided in this form no longer be accurate.

______SIGNATURE OF AUTHORIZED SIGNING OFFICER

______PRINTEDCOPY NAME OF SIGNING OFFICER

I have authority to bind the Bidder and attest to the accuracy of the information provided in this Bid SUBMIT THIS FORM (FIVE PAGES) IS A MANDATORY SUBMISSION REQUIREMENT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-13 48 of 306 Section 3 – Tender Submission Package Pricing Form Tender Call No. 62-2019

The Bidder must provide the rate and the amount for each Tender item, the total for each part / subsection, the grand total, HST amount and the total amount of Tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero". All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible. Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed. The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder. ONLY

Item Description Price $ 1.1 General Conditions, mobilization / demobilization, Insurances, Bonding, $ etc. as per contract documents, drawing and specifications.

1.2 Review full the scope of work detailed in the Contract Documents, $ drawings and specifications. Provide a price for miscellaneous architectural, structural / civil, mechanical, electrical, etc. (not covered in other tender form items) to fully complete the scope of work as intended.

1.3 New Barrier Free Washrooms and Modification to Existing Storage Area: $ Demolish existing wall assemblies,COPY glazing, doors, frames, and miscellaneous items. Provide new glazing, wall assemblies, suspended ceiling, insulation, doors, rolling overhead door, rolling shutter, countertops, frames, lintels, localized masonry repairs, finishes, partitions, and miscellaneous items. Provide plumbing andSUBMIT drainage, plumbing fixtures, HVAC and controls. Provide power distribution, power supply, general and emergency lighting. Provide new barrier free washrooms and Universal Washroom, as per drawings and specifications.

1.4 Existing Snack Bar Renovation: Demolish existing exterior wall $ assemblies, door, shutter, glazing, frames, concrete pad and miscellaneous items. Provide new aluminum sliding windows, stainless steel foldable service counters, concrete pad ramp, doors, frames, lintel, shutter and miscellaneous items in north side of existing bleacher building, as per drawings and specifications.NOT

1.5 New Barrier Free Seating Area at Existing Bleacher and Existing Guard $ Railing modification: Removal of part of precast concrete bleacher panels VIEWINGand guardrails in front of proposed barrier free seating areas. Provide new structural steel, cast-in-place slab deck structure and new glass railing system in front of new barrier free seating areas; modify remaining guardrailDO as per drawing s and specifications.

1.6 Arena Seating Waterproofing: Demolition and removal of all surface $ finishes, fixtures, sealants, equipment, metal seats, cap flashing and metal

PMMD V 5.18 – 2018.08.09 Page 3-14 49 of 306 Section 3 – Tender Submission Package Pricing Form Tender Call No. 62-2019

cladding on existing bleacher seating area. Prepare existing concrete substrate and provide new traffic coating waterproofing system on existing bleacher seating area c/w new cap flashings, siding and reinstallation of existing siding and equipment all in accordance with drawings and specifications.

1.7 Basement Foundation Wall Waterproofing: Excavation of existing grade to $ the bottom of existing basement foundation walls generally along east side of existing bleacher building. Provide new waterproofing system c/w drainage system on existing basement foundation wall on east side of existing bleacher building, backfill and new asphalt as per drawings and specifications.

1.8 Basement Interior Water Damage Improvements: Repair damaged $ partitions and ceilings, gypsum board, framing, etc. on existing partitions and ceilings. Provide new partition walls (drywall, framing) and ONLY new gypsum boards for existing partitions and ceilings, as per drawings and specifications.

1.9 Contingency Allowance: $150,000.00

1.10 Cash Allowance (Testing): $25,000.00

1.11 Sub Total (Line Item No. 1.1 to 1.10) $ 1.12 HST(13% of Line Item No. 1.11): COPY $ 1.13 Total (Line Item No. 1.11 + 1.12): SUBMIT$

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-15 50 of 306 Section 3 – Tender Submission Package Pricing Form – Itemized Prices Tender Call No. 62-2019

Itemized Prices

The Bidder must complete and submit the following Itemized Prices Form within five (5) working days upon being contacted by the City. Failure to submit the documents within this time limit will result in disqualification of the Bid.

We, the Bidder, provide below the requested breakdown of items of Work included in our bid price (as entered in the Price Form). It is understood that these itemized prices are provided for information purposes only and will not be used to modify the scope of the Work and adjust our bid price.

Item Description ONLY Price $ 2.1 Existing Washrooms Renovation: Removal of existing lavatory $ sinks, mirrors, toilets, urinals and toilet partitions, life safety and general lighting fixtures, fans and accessories. Provide new stainless steel countertop complete with lavatory sinks, mirrors, toilets, urinals and toilet partitions, new epoxy flooring, life safety and general lighting fixtures, fans and accessories, as per drawings and specifications.

2.2 Existing Press Box Renovation: Removal of existing single-glazed $ clear and painted glass on four faces of exterior walls, existing wood soffit boards, existing countertops, access hatch cover door, guardrail, existing metal stairsCOPY etc.. Provide new aluminum composite panels at all glazing opening, new vinyl tile flooring, prefinished aluminum soffit, new galvanized stair and painting of existing press box, as per drawings and specifications. SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-16 51 of 306 Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 62-2019

1. Project Experience / Comparable Projects

The Bidder must provide reference projects for the purpose of confirming the Bidder's experience and track record of success as per Section 2, Item 8.2 A. Failure to provide verifiable experience will result in the bid being declared non-compliant. Bidders may attach a separate sheet if more space is required. Project 1

Name of Project

Owner of Project

Contact Information Name Phone ONLY e-mail

Description of Project

Testing and commissioning Yes ( ) No ( )_ Staged/phased construction activities Yes ( ) No ( )_ COPY

Exterior waterproofing of a Yes ( ) No ( )_ structure using a comparable method to one SUBMIT specified? Experience obtained through: General Contractor ( ) Subcontractor ( )

Explain how exterior waterproofing was a critical component of this Project? :

NOT Subcontractor Component Meets requirements (Check Y/N) Qualifications compliance Overhead Doors YES  NO  Windows YES  NO  Waterproofing YES  NO  VIEWINGEpoxy Floor YES  NO  Project Value (tender and final) net of HST DO Tendered: ______Actual ______Reason for discrepancy

PMMD V 5.18 – 2018.08.09 Page 3-17 52 of 306 Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 62-2019

Project 1 Project Start and completion Planned: Start: ______Completed : ______Actual: Start:______Completion:______(Reason For discrepancy)

Was Work Performed by Yes ( ) No ( ) the same Legal Entity as the Bidder (Yes/No). If no State name of the affiliated/related Entity that performed the work If Work Performed by Legal Entity other than the ONLY Bidder state relationship to the Entity Listed

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-18 53 of 306 Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 62-2019

Project 2

Name of Project

Owner of Project

Contact Information Name Phone e-mail

Description of Project

ONLY

Testing and commissioning Yes ( ) No ( )_ Staged/phased construction activities Yes ( ) No ( )_

Exterior waterproofing of a Yes ( ) No ( )_ structure using a comparable method to one specified? Experience obtained through: General ContractorCOPY ( ) Subcontractor ( )

Explain how exterior waterproofing was a critical component of this Project? : SUBMIT

Subcontractor Component Meets requirements (Check Y/N) Qualifications compliance Overhead Doors YES  NO  Windows YES  NO  Waterproofing YES  NO  Epoxy Floor YES  NO  Project Value (tender and final) net of HST NOT Tendered: ______Actual ______Reason for discrepancy

Project Start and VIEWINGcompletion Planned: Start: ______Completed : ______Actual: Start:______Completion:______(Reason For discrepancy) DO

PMMD V 5.18 – 2018.08.09 Page 3-19 54 of 306 Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 62-2019

Project 2 Was Work Performed by Yes ( ) No ( ) the same Legal Entity as the Bidder (Yes/No). If no State name of the affiliated/related Entity that performed the work If Work Performed by Legal Entity other than the Bidder state relationship to the Entity Listed

ONLY

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-20 55 of 306 Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 62-2019

Project 3

Name of Project

Owner of Project

Contact Information Name Phone e-mail

Description of Project

ONLY

Testing and commissioning Yes ( ) No ( )_ Staged/phased construction activities Yes ( ) No ( )_

Exterior waterproofing of a Yes ( ) No ( )_ structure using a comparable method to one specified? Experience obtained through: General ContractorCOPY ( ) Subcontractor ( )

Explain how exterior waterproofing was a critical component of this Project? : SUBMIT

Subcontractor Component Meets requirements (Check Y/N) Qualifications compliance Overhead Doors YES  NO  Windows YES  NO  Waterproofing YES  NO  Epoxy Floor YES  NO  Project Value (tender and final) net of HST NOT Tendered: ______Actual ______Reason for discrepancy

Project Start and VIEWINGcompletion Planned: Start: ______Completed : ______Actual: Start:______Completion:______(Reason For discrepancy) DO

PMMD V 5.18 – 2018.08.09 Page 3-21 56 of 306 Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 62-2019

Project 3 Was Work Performed by Yes ( ) No ( ) the same Legal Entity as the Bidder (Yes/No). If no State name of the affiliated/related Entity that performed the work If Work Performed by Legal Entity other than the Bidder state relationship to the Entity Listed

ONLY

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-22 57 of 306 Section 3 – Tender Submission Package List of Subcontractors Form Tender Call No. 62-2019

Pursuant to Section 2 Item 8.2D, upon request, the Bidder shall provide the subcontractor’s name for each work type indicated in the table below or indicate “OWN FORCES” in the “Subcontractor Name” column if a subcontractor will not be used for the work type indicated. The names of all subcontractors to be used for each work type indicated must be provided. The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing.

The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor. ONLY

Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract.

List of Subcontractors Name of Bidder: COPY

Date: The Bidder may attach separate sheet(s) to this FormSUBMIT if additional space is needed. Indicate the number of sheets, if attached:

Work Types Subcontractor Name

NOT

VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 3-23 58 of 306 Section 4 – Scope Of Work Tender Call No. 62-2019

Summary: o New Barrier Free Washrooms and Modification to Existing Storage Area: Demolish existing wall assemblies, glazing, doors, frames, and miscellaneous items. Provide new glazing, wall assemblies, suspended ceiling, insulation, doors, rolling overhead door, rolling shutter, countertops, frames, lintels, localized masonry repairs, finishes, partitions, and miscellaneous items. Provide plumbing and drainage, plumbing fixtures, HVAC and controls. Provide power distribution, power supply, general and emergency lighting. Provide new barrier free washrooms and Universal Washroom, as per drawings and specifications.

o Existing Snack Bar Renovation: Demolish existing exterior wall assemblies, door, shutter, glazing, frames, concrete pad and miscellaneous items. Provide new aluminum sliding windows, stainless steel foldable service counters, concrete pad ramp, doors, frames, lintel, shutter and miscellaneous items in north side of existing bleacher building, as per drawings and specifications.

o New Barrier Free Seating Area at Existing Bleacher and ExistinONLYg Guard Railing modification: Removal of part of precast concrete bleacher panels and guardrails in front of proposed barrier free seating areas. Provide new structural steel, cast-in-place slab deck structure and new glass railing system in front of new barrier free seating areas; modify remaining guardrail as per drawings and specifications.

o Existing Bleacher Area Waterproofing: Temporarily Removal of all surface finishes, fixtures and equipment on existing bleacher seating area including existing metal seating panels and parapet metal cladding. Preparation of existing concrete bleacher surface according to the requirements of new traffic coating waterproofing system. Provide new traffic coating waterproofing system on existing bleacher seating area c/w new cap flashing, siding and reinstallation of existing siding and equipment as per drawings and specifications COPY o Basement Foundation Wall Waterproofing: Excavation of existing grade to the bottom of existing basement foundation wall along east side of existing bleacher building. Provide new waterproofing system c/w drainage system on existing basement foundation wall on east side of existing bleacher building, backfillSUBMIT and new asphalt as per drawings and specifications.

o Partitions Repair, Patching, and Room Painting at Existing Basement Floor: Remove portion of damaged partitions, damaged gypsum boards on existing partitions and ceilings. Provide new partition walls and new gypsum boards for existing partitions and ceilings, as per drawings and specifications.

o Separation Price Item #1 - Existing Washrooms Renovation: Removal of existing lavatory sinks, mirrors, toilets, urinals and toilet partitions, life safety and general lighting fixtures, fans andNOT accessories. Provide new stainless steel countertop complete with lavatory sinks, mirrors, toilets, urinals and toilet partitions, new epoxy flooring, life safety and general lighting fixtures, fans and accessories, as per drawings and specifications.

o Separation Price Item #2 - Existing Press Box Renovation: Removal of existing single- VIEWINGglazed clear and painted glass on four faces of exterior walls, existing wood soffit boards, existing countertops, access hatch cover door, guardrails and accessories, existing metal stairs complete with accessories in existing press box. Provision of new aluminum DOcomposited panel at all glazing opening, new vinyl tile flooring and prefinished aluminum soffit, new galvanized stair and painting of existing press box, as per drawings and specifications.

PMMD V 5.18 – 2018.08.09 Page 4-1 59 of 306 Section 4 – Scope Of Work Tender Call No. 62-2019

Specification List

Division 01 – General Requirements 01 11 00 Summary of Work 01 14 00 Work Restrictions 01 31 19 Project Meetings 01 32 00 Construction Progress Schedule - Bar (Gantt) Chart 01 33 00 Submittal Procedures 01 35 10 Health and Safety Requirements 01 41 00 Regulatory Requirements 01 45 00 Quality Control 01 50 50 Mobilization and Demobilization 01 51 00 Temporary Utilities 01 56 00 Temporary Barriers and Enclosures 01 61 00 Common Product Requirements 01 73 00 Execution 01 74 00 Cleaning ONLY 01 74 21 Waste Management and Disposal 01 77 00 Project Closeout 01 78 00 Closeout Submittals

Division 02 – Existing Conditions 02 41 99 Demolition For Minor Works

Division 03 – Concrete 03 10 00 Concrete Forming and Accessories 03 21 00 Concrete Reinforcement 03 30 00 Cast-in-Place Concrete

Division 04 – Masonry COPY 04 05 16 Mortar and Grout for Masonry 04 20 01 Brick Repairs

Division 05 – Metals 05 50 00 Metal Fabrications SUBMIT 05 73 10 Tempered laminated Railing

Division 07 – Thermal and Moisture Protection 07 14 16 Cold Fluid - Applied Waterproofing 07 18 00 Traffic Waterproofing Coating 07 21 16 Blanket Insulation 07 28 00 Membranes - Air Vapour Barrier 07 90 00 Sealants and Caulking 07 62 00 Sheet Metal FlashingNOT and Trim 07 95 00 Preformed Expansion Joint System

Division 08 – Opening 08 11 00 Metal Doors and Frames VIEWING08 36 00 Sectional Overhead Doors 08 51 15 Aluminium Windows 08 71 00 Door Hardware 08 80 00 DO Glazing

Division 09 – Finishes 09 21 16 Gypsum Board Assemblies

PMMD V 5.18 – 2018.08.09 Page 4-2 60 of 306 Section 4 – Scope Of Work Tender Call No. 62-2019

09 67 00 Epoxy Flooring 09 90 00 Painting

Divisions 23 – Mechanical Refer to Drawings for General Requirements, Reference Standards, Warranties, Products, Execution and Schedules.

Divisions 26 – Electrical Refer to Drawings for General Requirements, Reference Standards, Warranties, Products, Execution and Schedules.

Drawing List A.01 Key Plan, Ex. Ground Floor Plan, General Notes, Work Area I & II Demolition Plans, Pic. A A.02 Work Area I & II Demolition Elevations and Ex. Pictures, Proposed Elevations, Section and Details A.03 Work Area I Proposed Plans, Section, Typ. Interior Wall Finish Elevation & Mineral Paint Note ONLY A.04 Work Area I I Proposed Snack Bar Plan, New Window Elevation, Door & Window Schedules & Details. A.05 Typ. Washroom Accessories, Details, Room Finish Schedule & Wall Types A.06 Work Area III Existing & Proposed Men's and Women's W.C. Layouts A.07 Work Area IV Demolition & Proposed Accessible Seating Layouts, Section, Guardrail Details A.08 GRS Railing, Accessible seating Area Guardrail Elevations, Sections A.09 Work Area V Demolition - Press Box Layout, Section, Details, Proposed - Typ. Section Details A.10 Work Area V Proposed - Press Box Layout & Sections A.11 Work Area V Proposed - Press Box New Stair Plan and Section Details A.12 Work Area VI Demolition -Existing Bleacher Layout, Notes, Existing Pictures A.13 Proposed Bleachers Waterproofing Layout, Design Notes, Details and Testing Notes A.14 Work Area VII Proposed BleacherCOPY Building Foundation Wall W aterproofing and Drainage Layout, Notes and Details A.15 Work Area VIII Proposed Basement Floor Repair layout, Wall Type Paint Schedule

S.01 Plans, Section and Notes SUBMIT M.01 Legend, Notes, New Washrooms Sanitary, Water and Ventilation Layouts & Schedules M.02 Ex. Washroom Sanitary, Water and Ventilation Layouts M.03 Specifications

E.01 Legend, Notes, Key Plan and Single Line Diagram E.02 Men's / Women's and Storage Room Proposed Plans E.03 Existing Men's/Women's Washroom Proposed Plans E.04 Snack Bar and Press Box Plans E.05 Basement Floor andNOT Main Electrical Room Plans E.06 Schedules and Details VIEWINGE.07 Specifications DO

PMMD V 5.18 – 2018.08.09 Page 4-2 61 of 306 City of Toronto Index Section 00 00 00 Centennial Park Stadium Building - Page 1 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. Drawing List Drawing Drawing Title Number

A.01 Key Plan, Ex. Ground Floor Plan, General Notes, Work Area I & II Demolition Plans, Pic. A

A.02 Work Area I & II Demolition Elevations and Ex. Pictures, Proposed Elevations, Section and Details

A.03 Work Area I Proposed Plans, Section, Typ. InteriorONLY Wall Finish Elevation & Mineral Paint Note

A.04 Work Area I I Proposed Snack Bar Plan, New Window Elevation, Door & Window Schedules & Details.

A.05 Typ. Washroom Accessories, Details, Room Finish Schedule & Wall Types A.06 Work Area III ExistingCOPY & Proposed Men's and Women's W.C. Layouts A.07 Work Area IV Demolition & Proposed Accessible Seating Layouts, Section, Guardrail Details A.08 GRS Railing, Accessible seating SUBMITArea Guardrail Elevations, Sections A.09 Work Area V Demolition - Press Box Layout, Section, Details, Proposed - Typ. Section Details

A.10 Work Area V Proposed - Press Box Layout & Sections A.11 Work Area NOTV Proposed - Press Box New Stair Plan and Section Details A.12 Work Area VI Demolition -Existing Bleacher Layout, Notes, Existing Pictures VIEWINGA.13 Proposed Bleachers Waterproofing Layout, Design Notes, Details and DOTesting Notes A.14 Work Area VII Proposed Bleacher Building Foundation Wall Waterproofing and Drainage Layout, Notes and Details A.15 Work Area VIII Proposed Basement Floor Repair layout, Wall Type Paint Schedule

62 of 306 City of Toronto Index Section 00 00 00 Centennial Park Stadium Building - Page 2 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

S.01 Plans, Section and Notes

M-1 Legend, Notes, New Washrooms Sanitary, Water and Ventilation Layouts & Schedules

M-2 Ex. Washroom Sanitary, Water and Ventilation Layouts

M-3 Specifications

E.01 Legend, Notes, Key Plan and Single Line Diagram E.02 Men's / Women's and Storage Room Proposed PlansONLY E.03 Existing Men's/Women's Washroom Proposed Plans

E.04 Snack Bar and Press Box Plans

E.05 Basement Floor and Main Electrical Room Plans

E.06 Schedules and Details E.07 Specifications COPY 2. Specification List Division 01 – General Requirements SUBMIT Section Number Section Title No. of Pages

01 11 00 Summary of Work 6 Pages

01 14 00 Work Restrictions 2 pages 01 31 19 Project MeetingsNOT 2 pages 01 32 00 Construction Progress Schedule - Bar (Gantt) 3 Pages Chart VIEWING01 33 00 Submittal Procedures 3 Pages 01 35 10 DOHealth and Safety Requirements 4 Pages 01 41 00 Regulatory Requirements 3 page 01 45 00 Quality Control 2 Pages

63 of 306 City of Toronto Index Section 00 00 00 Centennial Park Stadium Building - Page 3 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Section Number Section Title No. of Pages

01 50 50 Mobilization and Demobilization 2 Pages

01 51 00 Temporary Utilities 2 Pages

01 56 00 Temporary Barriers and Enclosures 3 pages

01 61 00 Common Product Requirements 5 Pages

01 73 00 Execution 3 pages 01 74 00 Cleaning ONLY3 Pages 01 74 21 Waste Management and Disposal 9 Pages

01 77 00 Project Closeout 4 Pages

01 78 00 Closeout Submittals 9 Pages

Division 02 – Existing Conditions Section Number Section Title COPY No. of Pages 02 41 99 Demolition For Minor Works SUBMIT3 Pages Division 03 – Concrete Section Number Section Title No. of Pages

03 10 00 Concrete Forming and Accessories 3 Pages

03 21 00 Concrete Reinforcement 1 Page 03 30 00 Cast-in-PlaceNOT Concrete 6 Pages VIEWINGDivision 04 – Masonry Section Number Section Title No. of Pages 04 05 16 DOMortar and Grout for Masonry 3 Pages 04 20 01 Brick Repairs 6 Pages

64 of 306 City of Toronto Index Section 00 00 00 Centennial Park Stadium Building - Page 4 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Division 05 – Metals Section Number Section Title No. of Pages

05 50 00 Metal Fabrications 6 Pages

05 73 10 Tempered laminated Railing 6 Pages

Division 07 – Thermal and Moisture Protection Section Number Section Title ONLYNo. of Pages 07 14 16 Cold Fluid - Applied Waterproofing 8 Pages

07 18 00 Traffic Waterproofing Coating 7 Pages

07 21 16 Blanket Insulation 3 Pages

07 28 00 Membranes - Air Vapour Barrier 4 Pages

07 62 00 Sheet Metal Flashing and Trim 6 Pages 07 90 00 Sealants and CaulkingCOPY 2 Pages 07 95 00 Preformed Expansion Joint System 4 Pages

Division 08 – Opening SUBMIT Section Number Section Title No. of Pages

08 11 00 Metal Doors and Frames 7 Pages

08 36 00 Sectional Overhead Doors 6 Pages 08 51 15 AluminiumNOT Windows 4 Pages 08 71 00 Door Hardware 3 Pages VIEWING08 80 00 Glazing 5 Pages Division 09DO – Finishes Section Number Section Title No. of Pages 09 21 16 Gypsum Board Assemblies 7 Pages

65 of 306 City of Toronto Index Section 00 00 00 Centennial Park Stadium Building - Page 5 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Section Number Section Title No. of Pages

09 67 00 Epoxy Flooring 4 Pages

09 90 00 Painting 6 Pages

Divisions 23 – Mechanical Refer to Drawings for General Requirements, Reference Standards, Warranties, Products, Execution and Schedules. Divisions 26 – Electrical ONLY Refer to Drawings for General Requirements, Reference Standards, Warranties, Products, Execution and Schedules.

COPY SUBMIT

NOT VIEWING DO

66 of 306 City of Toronto Section 01 11 00 Centennial Park Stadium Building - Summary of Work Page 1 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Sections

1.1.1 All other sections forming part of the contract documentation.

1.2 Work Covered by Contract Documents

1.2.1 Work of this Contract comprises of the following:

1.2.1.1 New Barrier Free Washrooms and Modification to Existing Storage Area: Demolish existing wall assemblies, glazing, doors, frames,ONLY and miscellaneous items. Provide new glazing, wall assemblies, suspended ceiling, insulation, doors, rolling overhead door, rolling shutter, countertops, frames, lintels, localized masonry repairs, finishes, partitions, and miscellaneous items. Provide plumbing and drainage, plumbing fixtures, HVAC and controls. Provide power distribution, power supply, general and emergency lighting. Provide new barrier free washrooms and Universal Washroom, as per drawings and specifications.

1.2.1.2 Existing Snack Bar Renovation: Demolish existing exterior wall assemblies, door, shutter, glazing, frames,COPY concrete pad and miscellaneous items. Provide new aluminum sliding windows, stainless steel foldable service counters, concrete pad ramp, doors, frames, lintel, shutter and miscellaneous items in north side of existing bleacher building,SUBMIT as per drawings and specifications. 1.2.1.3 New Barrier Free Seating Area at Existing Bleacher and Existing Guard Railing modification: Removal of part of precast concrete bleacher panels and guardrails in front of proposed barrier free seating areas. Provide new structural steel, cast-in-place slab deck structure and new glass railing system in front of new barrier free seating areas; modify remaining guardrail as per drawings and specifications.

1.2.1.4 Existing Bleacher Area Waterproofing: Temporarily Removal of all surface finishes, fixtures andNOT equipment on exis ting bleacher seating area including existing metal seating panels and parapet metal cladding. Preparation of existing concrete bleacher surface according to the requirements of new traffic coating waterproofing system. Provide new traffic coating waterproofing VIEWINGsystem on existing bleacher seating area c/w new cap flashing, siding and reinstallation of existing siding and equipment as per drawings and specifications.DO 1.2.1.5 Basement Foundation Wall Waterproofing: Excavation of existing grade to the bottom of existing basement foundation wall along east side of existing bleacher building. Provide new waterproofing system c/w drainage system on

67 of 306 City of Toronto Section 01 11 00 Centennial Park Stadium Building - Summary of Work Page 2 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

existing basement foundation wall on east side of existing bleacher building, backfill and new asphalt as per drawings and specifications.

1.2.1.6 Partitions Repair, Patching, and Room Painting at Existing Basement Floor: Remove portion of damaged partitions, damaged gypsum boards on existing partitions and ceilings. Provide new partition walls and new gypsum boards for existing partitions and ceilings, as per drawings and specifications.

1.2.1.7 Contractor to review full scope of work defined by the Contract Documents for miscellaneous work and details not described by this Section.

1.2.1.8 Separation Price Item #1 - Existing Washrooms Renovation: Removal of existing lavatory sinks, mirrors, toilets, urinals and toiletONLY partitions, life safety and general lighting fixtures, fans and accessories. Provide new stainless steel countertop complete with lavatory sinks, mirrors, toilets, urinals and toilet partitions, new epoxy flooring, life safety and general lighting fixtures, fans and accessories, as per drawings and specifications.

1.2.1.9 Separation Price Item #2 - Existing Press Box Renovation: Removal of existing single-glazed clear and painted glass on four faces of exterior walls, existing wood soffit boards, existing countertops, access hatch cover door, guardrails and accessories, existing metal stairs complete with accessories in existing press box. Provision of new aluminum composited panel at all glazing opening, new vinyl tile flooringCOPY and prefinished aluminum soffit, new galvanized stair and painting of existing press box, as per drawings and specifications. SUBMIT 1.3 Work Sequence

1.3.1 Contractor to co-ordinate and confirm with Owner or refer to Request for Tenders (RFT) for work start date and completion date. All work outlined in these specifications are to be complete according to Owner or RFT requirements.

1.3.2 Shop Drawings are to be submitted for the Consultant review two (2) weeks from the award of the Contract.NOT 1.3.3 Construct Work in stages to accommodate Owner's use of facilities. VIEWING1.4 Construction Schedule 1.4.1 In conjunction with and in a form acceptable to the Consultant and the Owner’s Representative,DO provide within five (5) working days after award of contract a detailed schedule indicating the following parameters: 1.4.1.1 Start date and completion date for each phase of the work.

1.4.1.2 Start and completion dates for each door c/w controls to be replaced.

68 of 306 City of Toronto Section 01 11 00 Centennial Park Stadium Building - Summary of Work Page 3 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.1.3 The construction schedule shall reflect completion of all work under the Contract within the specified time and in accordance with these Specifications.

1.4.1.4 If the Contractor desires to make a major change in the method of operation after commencing construction, or if the schedule fails to reflect the actual progress, the Contractor shall submit to the Consultant a revised construction schedule in advance of beginning revised operation.

1.5 Site Examination

1.5.1 All dimensions and elevations taken from the Drawings are to be confirmed on site prior to the start of work. Contractor is to be responsibleONLY for the correctness of such measurements and report to the Consultant in writing all discrepancies between measurements on site and those shown on drawings prior to commencing work.

1.5.2 All pre-existing conditions are on site are to be reviewed and confirmed prior to submitting a bid price. No changes or extra will be entertained due to existing site conditions after the bid closing.

1.6 Work by Others

1.6.1 Co-operate with other ContractorsCOPY in carrying out their respective works and carry out instructions from Consultant. 1.6.2 Co-ordinate work with that of other Contractors.SUBMIT If any part of work under this Contract depends for its proper execution or result upon work of another Contractor, report promptly to Consultant in writing, any defects which may interfere with proper execution of Work.

1.6.3 Work of this Project must include provisions for co-ordinating additional work, identified in Contract Documents, for following principal items.

1.6.4 The Contractor will have to coordinate and schedule work with other contractors present on site duringNOT construction phase. In addition, the Contractor shall take all reasonable, practical and prudent steps to provide for the coordination of the activities and work of other contractors and the Owner’s own forces is to be taken in conjunction with the Work of the Contract. The bidder is to allow for the VIEWINGinstallation and removal of all required hoarding to allow for the necessary delineationDO of work areas from other trades on site 1.6.4.1 Associated electrical work. 1.6.4.2 Coordination of trades and scheduling.

1.6.4.3 After hours work as deemed necessary.

69 of 306 City of Toronto Section 01 11 00 Centennial Park Stadium Building - Summary of Work Page 4 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.7 Contractor Use of Premises

1.7.1 Limit use of premises for Work, for storage and for access to allow:

1.7.1.1 Owner occupancy

1.7.1.2 Partial owner occupancy

1.7.1.3 Work by other contractors

1.7.1.4 Public usage 1.7.2 Co-ordinate use of premises under direction of Owner’s representative.ONLY 1.7.3 Obtain and pay for use of additional storage or work areas needed for operations under this Contract.

1.7.4 Remove or alter existing work to prevent injury or damage to portions of existing work which remain.

1.7.5 Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as directed by Consultant. COPY 1.7.6 At completion of operations condition of existing work shall be equal to or better than that which existed before new work started. 1.8 Owner Occupancy SUBMIT 1.8.1 Co-operate with Owner in scheduling operations to minimize conflict and to facilitate Owner usage.

1.9 Alterations, Additions or Repairs to Existing Building

1.9.1 Execute work with least possible interference or disturbance to facility operations, occupants, and normalNOT use of premises. Arrange with Owner’s representative to facilitate execution of work.

1.9.2 Accept liability for damage, safety of equipment and overloading of existing VIEWINGequipment. 1.10 ExistingDO Services 1.10.1 Notify Consultant and utility companies of intended interruption of services and obtain required permission. 1.10.2 Where Work involves breaking into or connecting to existing services, give the Owner a minimum of 48 hours notice for necessary interruption of mechanical or

70 of 306 City of Toronto Section 01 11 00 Centennial Park Stadium Building - Summary of Work Page 5 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

electrical service throughout course of work. Minimize duration of interruptions. Carry out work at times as directed by governing authorities with minimum disturbance to building operations.

1.10.3 Provide alternative routes for personnel, pedestrian and vehicular traffic, as deemed necessary by the Consultant or Owner.

1.10.4 Establish location and extent of service lines in area of work before starting Work. Notify Consultant of findings.

1.10.5 Submit schedule to and obtain approval from Consultant/Owner for any shut- down or closure of active service or facility including power and communications services. Adhere to approved schedule and provide noticeONLY to affected parties. 1.10.6 Provide temporary services to maintain critical building and tenant systems.

1.10.7 Where unknown services are encountered, immediately advise Consultant and confirm findings in writing.

1.10.8 Protect, relocate or maintain existing active services. When inactive services are encountered, cap off in manner approved by authorities having jurisdiction. 1.10.9 Record locations of maintained,COPY re-routed and abandoned service lines. 1.10.10 Construct barriers, in accordance with the applicable standards, as required for execution of this project. 1.11 Documents Required SUBMIT 1.11.1 Maintain at job site, one copy each document as follows:

1.11.1.1 Contract Drawings

1.11.1.2 Specifications 1.11.1.3 Addenda NOT 1.11.1.4 Reviewed Shop Drawings VIEWING1.11.1.5 List of Outstanding Shop Drawings 1.11.1.6 ChangeDO Orders 1.11.1.7 Other Modifications to Contract 1.11.1.8 Field Test Reports

1.11.1.9 Designated Substances Survey report

71 of 306 City of Toronto Section 01 11 00 Centennial Park Stadium Building - Summary of Work Page 6 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.11.1.10 CMMS forms

1.11.1.11 Commissioning plan & Commissioning check sheets (if required)

1.11.1.12 Approved Work Schedule (current version)

1.11.1.13 Health and Safety Plan and Other Safety Related Documents

1.11.1.14 Other documents as specified End of Section ONLY

COPY SUBMIT

NOT VIEWING DO

72 of 306 City of Toronto Section 01 33 0 Centennial Park Stadium Building - Work Restrictions Page 1 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 ACCESS AND EGRESS 1.1.1 Design, construct and maintain temporary "access to" and "egress from" work areas, including stairs, runways, ramps or ladders and scaffolding , independent of finished surfaces and in accordance with relevant municipal, provincial and other regulations. 1.2 USE OF SITE AND FACILITIES ONLY 1.2.1 Execute work with least possible interference or disturbance to normal use of premises. Make arrangements with Owner Representative to facilitate work as stated. 1.2.2 Maintain existing services to building and provide for personnel and vehicle access. 1.2.3 Where security is reduced by work provide temporary means to maintain security. 1.2.4 Owner will assign sanitary facilities for use by Contractor's personnel. Keep facilities clean. COPY 1.2.5 Use only stairs existing in building for moving workers and material. .1 Protect walls of stairs, to approval of Owner Representative prior to use. .2 Accept liability for damage, safetySUBMIT of equipment and overloading of existing equipment. 1.2.6 Closures: protect work temporarily until permanent enclosures are completed.

1.3 ALTERATIONS, ADDITIONS OR REPAIRS TO EXISTING BUILDING 1.3.1 Execute work with least possible interference or disturbance to occupants, building operations and normal use of premises. Arrange with Owner RepresentativeNOT to facilitate execution of work.

1.4 EXISTING SERVICES VIEWING1.4.1 Notify, Owner Representative and utility companies of intended interruption of services and obtain required permission. 1.4.2DO Where Work involves breaking into or connecting to existing services, give Owner Representative [48] hours of notice for necessary interruption of mechanical or electrical service throughout course of work. Keep duration of interruptions minimum. Carry out interruptions after normal working hours of occupants, preferably on weekends. 1.4.3 Provide for personnel, pedestrian and vehicular traffic. 73 of 306 City of Toronto Section 01 33 0 Centennial Park Stadium Building - Work Restrictions Page 2 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.4 Construct barriers in accordance with 01 56 00 Temporary Barriers and Enclosures & Drawings .

1.5 SPECIAL REQUIREMENTS 1.5.1 Paint and carpet public or Owner Representative occupied areas Monday to Friday from [18:00] to [07:00] hours only and on Saturdays, Sundays, and statutory holidays . 1.5.2 Submit schedule in accordance with Section 01 32 00- Construction Progress Schedule - Bar (GANTT) Chart . 1.5.3 Ensure Contractor's personnel employed on site become familiar with and obey regulations including safety, fire, traffic and secuONLYrity regulations. 1.5.4 Keep within limits of work and avenues of ingress and egress.

1.6 SECURITY 1.6.1 Where security has been reduced by Work of Contract, provide temporary means to maintain security.

1.7 BUILDING SMOKING ENVIRONMENT 1.7.1 Comply with smoking restrictions.COPY Smoking is not permitted. 2. Products 2.1 NOT USED SUBMIT 2.1.1 Not Used.

3. Execution

3.1 NOT USED 3.1.1 Not Used. NOT

VIEWING End of Section DO

74 of 306 City of Toronto Section 01 33 0 Centennial Park Stadium Building - Project Meetings Page 1 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1 PRECONSTRUCTION MEETING

1.1 After Notification of Award, the Commission's Representative will arrange and chair a preconstruction meeting. The Contractor and major Subcontractors shall be represented by senior field staff (full time Site Superintendent). The Commission's Representative will invite other interested parties whose coordination is required during construction to attend. 1.2 The Commission's Representative will prepare and issue an agenda prior to the meeting. 1.3 Topics for discussion will include methods and meansONLY by which full cooperation and coordination of all participants can be achieved during construction. 1.4 The Commission's Representative will minute the meeting and distribute copies to each participant.

2 PROGRESS MEETINGS

2.1 The Commission's Representative will conduct, chair and document progress meetings on a weekly or biweekly basis throughout the construction period and will inform allCOPY parties concerned in advance, stating the time and venue of the meetings. 2.2 The Contractor shall be represented by senior field staff (full time Site Superintendent) authorized to act on behalf of the Contractor. The same senior field staff (full time Site Superintendent)SUBMIT shall attend the meetings throughout the Contract period. Subcontractors, material suppliers and others may be invited to attend meetings in which their aspects of the Work are discussed. The relations and discussions between such participants are not the responsibility of the Commission's Representative and do not form part of the meeting's agenda. 2.3 The Contractor shall present, at each meeting, scheduled Work activities in a format acceptableNOT to the Commission's Representative for the following two (2) weeks to facilitate coordination with Commission operations and staff. The Commission's Representative may request a schedule of activities on a more frequent basis. VIEWING2.4 The Commission's Representative will distribute copies of the minutes to all DOparticipants. 3 COORDINATION MEETINGS 3.1 The Commission's Representative will conduct, chair and document coordination meetings on a weekly or biweekly basis throughout the construction period and will inform all parties concerned in advance, stating the time and venue of proposed meetings. 75 of 306 City of Toronto Section 01 33 0 Centennial Park Stadium Building - Project Meetings Page 2 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.2 Ensure the superintendent or duly authorized representative authorized to act on behalf of the Contractor shall attend the meeting. Assign the same person(s) to attend such meetings throughout the Contract period. 3.3 Duly authorized representatives of the Contractor and Other Contractors working on Site, will be required to attend the coordination meetings. The purpose of these meetings is to coordinate the activities of the Contractor and Other Contractors. A schedule will be issued by the Commission's Representative shortly after the meeting to confirm the sequencing and durations of activities discussed and agreed to at the meeting. 4 OTHER MEETINGS ONLY 4.1 The Commission's Representative will conduct, chair and document other meetings on an as required basis throughout the construction period and will inform all parties concerned in advance, stating the time and venue of the meetings. The Commission's Representative will invite other interested parties whose input may be required during these meetings to attend. 4.2 The Contractor shall be represented by senior field staff (full-time Site Superintendent) who has the authority to commit the Contractor to decisions agreed upon. The same personnel shall attend the meetings throughout the Contract period. 4.3 Subcontractors, materialCOPY suppliers and others may be invited by the Contractor to attend meetings in which their aspects of the Work are discussed. The relations between such participants and discussions relative to them are not the responsibility of the Commission's Representative and do not form part of the meeting's content.SUBMIT 4.4 The Commission's Representative will distribute copies of the meeting minutes to all participants.

NOTEnd of Section VIEWING DO

76 of 306 City of Toronto Construction Section 01 32 10 Centennial Park Stadium Building - Progress Schedule – Page 1 of 3 State of Good repair Bar (Gantt) Chart January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Sections

1.1.1 All other sections forming part of the contract documentations.

1.2 Definitions

1.2.1 Activity: element of Work performed during course of Project. Activity normally has expected duration, and expected cost and expected resource requirements. Activities can be subdivided into tasks. ONLY 1.2.2 Bar Chart (GANTT Chart): graphic display of schedule related information. In typical bar chart, activities or other Project elements are listed down left side of chart, dates are shown across top, and activity durations are shown as date placed horizontal bars. Generally Bar Chart should be derived from commercially available computerized project management system.

1.2.3 Baseline: original approved plan (for project, work package, or activity), plus or minus approved scope changes. 1.2.4 Construction Work Week: MondayCOPY to Friday, inclusive, will provide five day work week and define schedule calendar working days as part of Bar (GANTT) Chart submission. 1.2.5 Duration: number of work periods (not includingSUBMIT holidays or other nonworking periods) required to complete activity or other project element. Usually expressed as workdays or workweeks.

1.2.6 Master Plan: summary level schedule that identifies major activities and key milestones.

1.2.7 Milestone: significant event in project, usually completion of major deliverable. 1.2.8 Project Schedule: plannedNOT dates for perfo rming activities and the planned dates for meeting milestones. Dynamic, detailed record of tasks or activities that must be accomplished to satisfy Project objectives. Monitoring and control process involves using Project Schedule in executing and controlling activities and is VIEWINGused as basis for decision making throughout project life cycle. 1.2.9 ProjectDO Planning, Monitoring and Control System: overall system operated by Owner’s representative to enable monitoring of project work in relation to established milestones. 1.3 Requirements

77 of 306 City of Toronto Construction Section 01 32 10 Centennial Park Stadium Building - Progress Schedule – Page 2 of 3 State of Good repair Bar (Gantt) Chart January 2019 56 Centennial Park Rd, Etobicoke

1.3.1 Ensure Master Plan and Detail Schedules are practical and remain within specified Contract duration.

1.3.2 Plan to complete Work in accordance with prescribed milestones and time frame.

1.3.3 Limit activity durations to maximum of approximately ten (10) working days, to allow for progress reporting.

1.3.4 Ensure that it is understood that Award of Contract or time of beginning, rate of progress, Interim Certificate and Final Certificate as defined times of completion are of essence of this contract.

1.4 Submittals ONLY 1.4.1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures.

1.4.2 Submit to Owner’s representative within five (5) working days of Award of Contract Bar (GANTT) Chart as Master Plan for planning, monitoring and reporting of project progress.

1.4.3 Submit Project Schedule to Owner’s representative within five (5) working days of receipt of acceptance of Master Plan. 1.5 Master Plan COPY 1.5.1 Structure schedule to allow orderly planning, organizing and execution of Work as Bar Chart (GANTT). SUBMIT 1.5.2 Owner’s representative will review and return revised schedules within five (5) working days.

1.5.3 Revise impractical schedule and resubmit within five (5) working days.

1.5.4 Accepted revised schedule will become Master Plan and be used as baseline for updates. NOT 1.6 Project Schedule VIEWING1.6.1 Develop detailed Project Schedul e derived from Master Plan. 1.6.2 Ensure detailed Project Schedule includes as minimum milestone and activity typesDO as follows: 1.6.2.1 Award 1.6.2.2 Shop Drawings, Samples

1.6.2.3 Permits

78 of 306 City of Toronto Construction Section 01 32 10 Centennial Park Stadium Building - Progress Schedule – Page 3 of 3 State of Good repair Bar (Gantt) Chart January 2019 56 Centennial Park Rd, Etobicoke

1.6.2.4 Mobilization

1.6.2.5 Required Work

1.6.2.6 Close-out Documents

1.7 Project Schedule Reporting

1.7.1 Update Project Schedule on weekly basis reflecting activity changes and completions, as well as activities in progress.

1.7.2 Include as part of Project Schedule, narrative report identifying Work status to date, comparing current progress to baseline, presenting currentONLY forecasts, defining problem areas, anticipated delays and impact with possible mitigation.

1.8 Project Meetings

1.8.1 Discuss Project Schedule at regular site meetings, identify activities that are behind schedule and provide measures to regain slippage. Activities considered behind schedule are those with projected start or completion dates later than current approved dates shown on baseline schedule.

1.8.2 Weather related delays with their remedial measures will be discussed and negotiated. COPY End of SectionSUBMIT

NOT VIEWING DO

79 of 306 City of Toronto Submittal Procedures Section 01 33 0 Centennial Park Stadium Building - Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Section Includes

1.1.1 Administrative

1.1.2 Shop drawings and product data

1.1.3 Operating Manuals 1.2 Administrative ONLY 1.2.1 Submit to Consultant submittals listed for review. Submit with reasonable promptness and in orderly sequence so as to not cause delay in Work. Failure to submit in ample time is not considered sufficient reason for an extension of Contract Time and no claim for extension by reason of such default will be allowed.

1.2.2 Work affected by submittal shall not proceed until review is complete.

1.2.3 Present shop drawings, product data and samples in both Imperial and SI Metric units. COPY 1.2.4 Where items or information is not produced in SI Metric units converted values are acceptable.

1.2.5 Review submittals prior to submission to CSUBMITonsultant. This review represents that necessary requirements have been determined and verified or will be, and that each submittal has been checked and coordinated with requirements of Work and Contract Documents. Submittals not stamped, signed, dated and identified as a specific project will be returned without being examined and shall be considered rejected.

1.2.6 Notify Consultant, in writing at time of submission, identifying deviations from requirements of ContractNOT Documents stating reasons for deviations. 1.2.7 Verify field measurements and affected adjacent Work is coordinated. VIEWING1.2.8 Contractor’s responsibility for errors and omissions in submission is not relieved by Consultant’s review of submittals.

1.2.9 Contractor’sDO responsibility for deviations in submission from requirements of Contract Documents is not relieved by Consultant review. 1.2.10 Keep one (1) reviewed copy of each submission on site.

1.3 Shop Drawing and Product Data

80 of 306 City of Toronto Submittal Procedures Section 01 33 0 Centennial Park Stadium Building - Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.3.1 The term “shop drawings” means drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are to be provided by Contractor to illustrate details of a portion of Work

1.3.2 Indicated materials, methods of construction and attachment or anchorage, erection diagrams, connections, explanatory notes and other information necessary for completion of work. Where article or equipment attach or connect to other articles or equipment, indicate that such items will be supplied and installed. Indicate cross reference to design drawings and specifications.

1.3.3 Allow ten days for Consultant’s review of each submission. 1.3.4 Adjustments made on shop drawings by Consultant are notONLY intended to change Contract Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with work.

1.3.5 Make changes in shop drawings as Consultant may require, consistent with Contract Documents. When resubmitting, notify Consultant in writing of any revision other than those requested.

1.3.6 Accompany submissions with transmittal letter, in duplicate, containing: 1.3.6.1 Date COPY 1.3.6.2 Project title and number 1.3.6.3 Contractors name and address SUBMIT 1.3.6.4 Identification and quantity of each shop drawing and product data

1.3.6.5 Other pertinent data

1.3.7 Submission shall include:

1.3.7.1 Date and revision dates 1.3.7.2 Project title and numberNOT 1.3.7.3 Name and address of: VIEWING1.3.7.3.1 Subcontractor 1.3.7.3.2 SupplierDO and manufacturers 1.3.8 Contractor’s stamp, signed by Contractors authorized representative certifying approval of submissions, verification of field measurements and compliance with Contract Documents.

1.3.9 Details of appropriate portions of Work as applicable:

81 of 306 City of Toronto Submittal Procedures Section 01 33 0 Centennial Park Stadium Building - Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.3.9.1 Fabrication

1.3.9.2 Layout

1.3.9.3 Setting or erection details

1.3.9.4 Capacities

1.3.9.5 Performance characteristics

1.3.9.6 Standards 1.3.10 After Consultants review, distribute copies. ONLY 1.3.10.1 Submit one electronic copy of shop drawings for each requirement requested in specification Sections and as consultant may reasonably request.

1.3.11 Submit one electronic copy of product data sheets or brochures for requirements requested in specification Sections and as requested by Consultant where shop drawings will not be prepared due to standardized manufacture of product. 1.3.12 Delete information not applicableCOPY to project. 1.3.13 Supplement standard information to provide details applicable to project.

1.3.14 If upon review by Consultant, no errors or omissions are discovered or if only minor corrections are made, copies will beSUBMIT returned and fabrication and installation of Work may proceed. If shop drawings are rejected, noted copy will be returned and resubmission of corrected shop drawings, through same procedure indicated above, must be performed before fabrication and installation of Work may proceed.

1.4 Operating Maintenance Manuals

1.4.1 Two weeks prior to Substantial Performance of the Work, submit to the Consultant (3) three NOTcopies of operating and maintenance manuals.

1.4.2 Manuals to contain operational information on equipment, cleaning and lubrication schedules, filters, overhaul and adjustment schedules and similar VIEWINGmaintenance information. 1.4.3 BindDO contents in a three-ring, D ring style hard covered, plastic jacketed binder. Organize contents into applicable categories of work, parallel to specifications Sections. End of Section

82 of 306 City of Toronto Health and Safety Section 01 35 10 Centennial Park Stadium Building - Requirements Page 1 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Section Includes

1.1.1 Health and safety considerations required to ensure that the contractor shows due diligence towards health and safety on construction sites, and meets the requirements laid out in Occupational Health and Safety standards.

1.2 Related Sections 1.2.1 All other sections forming part of the contract documentation.ONLY 1.3 References

1.3.1 Canada Labour Code, Part 2, Canada Occupational Safety and Health Regulations

1.3.2 Health Canada/Workplace Hazardous Materials Information System (WHMIS)

1.3.2.1 Material Safety Data Sheets (MSDS) 1.3.3 Province of Ontario COPY 1.3.3.1 Occupational Health and Safety Act, R.S.O. 1990 Updated 2005 1.4 Submittals SUBMIT 1.4.1 Make submittals in accordance with Section 01 33 00 – Submittal Procedures.

1.4.2 Submit site specific Health and Safety Plan: Within 7 days after date of Notice to Proceed and prior to commencement of Work. Health and Safety Plan must include: 1.4.2.1 Results of site specificNOT safety hazard assessment. 1.4.2.2 Results of safety and health risk or hazard analysis for site tasks and operation found in work plan. VIEWING1.4.3 Submit three (3) copies of Contrac tor's authorized representative's work site health and safety inspection reports to authority having jurisdiction, daily.

1.4.4 SubmitDO copies of reports or directions issued by Federal, Provincial and Territorial health and safety inspectors. 1.4.5 Submit copies of incident and accident reports.

83 of 306 City of Toronto Health and Safety Section 01 35 10 Centennial Park Stadium Building - Requirements Page 2 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.6 Owner’s representative will review Contractor's site specific Health and Safety Plan and provide comments to Contractor within 7 days after receipt of plan. Revise plan as appropriate and resubmit plan to Owner’s representative within 5 days after receipt of comments from Owner’s representative.

1.4.7 Owner’s representative’s review of Contractor's final Health and Safety plan should not be construed as approval and does not reduce the Contractor's overall responsibility for construction Health and Safety.

1.4.8 Medical Surveillance: where prescribed by legislation, regulation or safety program, submit certification of medical surveillance for site personnel prior to commencement of Work, and submit additional certifications for any new site personnel to Owner’s representative. ONLY 1.4.9 On site Contingency and Emergency Response Plan: address standard operating procedures to be implemented during emergency situations.

1.5 Filing of Notice

1.5.1 File Notice of Project with Provincial authorities prior to beginning of Work.

1.6 Safety Assessment 1.6.1 Perform site specific safety hazardCOPY assessment related to project.

1.7 Meetings

1.7.1 Schedule and administer Health and SafetySUBMIT meeting with Owner’s representative prior to commencement of Work.

1.8 Regulatory Requirements

1.8.1 Do Work in accordance with federal and provincial regulations. Where federal regulations are more stringent, the more stringent regulations shall be followed. 1.9 General RequirementsNOT 1.9.1 Develop written site specific Health and Safety Plan based on hazard assessment prior to beginning site Work and continue to implement, maintain, VIEWINGand enforce plan until final dem obilization from site. Health and Safety Plan must addressDO project specifications. 1.9.2 Owner’s representative may respond in writing, where deficiencies or concerns are noted and may request re submission with correction of deficiencies or concerns.

1.10 Responsibility

84 of 306 City of Toronto Health and Safety Section 01 35 10 Centennial Park Stadium Building - Requirements Page 3 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.10.1 Be responsible for health and safety of persons on site, safety of property on site and for protection of persons adjacent to site and environment to extent that they may be affected by conduct of Work.

1.10.2 Comply with and enforce compliance by employees with safety requirements of Contract Documents, applicable federal, provincial, territorial and local statutes, regulations, and ordinances, and with site specific Health and Safety Plan.

1.10.3 Facility personnel will provide a list of chemicals contained in the facility. Any work done by the contractor shall maintain the safety of all persons on site and safety of property on site. If the contractor deems that some products are dangerous, the chemical will be moved by facility personnel in order for the facility employees and contractor employees to remain safeONLY during the course of construction for this project.

1.11 Compliance Requirements

1.11.1 Comply with Ontario Health and Safety Act, R.S.O.

1.11.2 Comply with Canada Labour Code, Canada Occupational Safety and Health Regulations. 1.12 Unforeseen Hazards COPY 1.12.1 When unforeseen or peculiar safety related factor, hazard, or condition occur during performance of Work, follow procedures in place for Employee's Right to Refuse Work in accordance with Acts andSUBMIT Regulations of Ontario having jurisdiction and advise Owner’s representative verbally and in writing.

1.13 Health and Safety Coordinator

1.13.1 Employ and assign to Work, competent and authorized representative as Health and Safety Coordinator. Health and Safety Coordinator must:

1.13.1.1 Have site related working experience specific to activities associated with construction. NOT 1.13.1.2 Have working knowledge of occupational safety and health regulations. VIEWING1.13.1.3 Be responsible for completing Contractor's Health and Safety Training Sessions and ensuring that personnel not successfully completing required trainingDO are not permitted to enter site to perform Work. 1.13.1.4 Be responsible for implementing, enforcing daily and monitoring site specific Contractor's Health and Safety Plan.

1.13.1.5 Be on site during execution of Work.

85 of 306 City of Toronto Health and Safety Section 01 35 10 Centennial Park Stadium Building - Requirements Page 4 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.14 Posting of Documents

1.14.1 Ensure applicable items, articles, notices and orders are posted in conspicuous location on site in accordance with Acts and Regulations of Ontario having jurisdiction, and in consultation with Owner’s representative.

1.15 Correction of Non-Compliance

1.15.1 Immediately address health and safety non-compliance issues identified by authority having jurisdiction or by Owner’s representative.

1.15.2 Provide Owner’s representative with written report of action taken to correct noncompliance of health and safety issues identified. ONLY

1.15.3 Owner’s representative may stop Work if non-compliance of health and safety regulations is not corrected.

1.16 Blasting

1.16.1 Blasting or other use of explosives is not permitted without prior receipt of written instruction by Owner’s representative. 1.17 Powder Actuated Devices COPY 1.17.1 Use powder actuated devices only after receipt of written permission from Owner’s representative. SUBMIT 1.18 Work Stoppage

1.18.1 Give precedence to safety and health of public and site personnel and protection of environment over cost and schedule considerations for Work. End of Section NOT VIEWING DO

86 of 306 City of Toronto Section 01 41 00 Centennial Park Stadium Building - Regulatory Requirements Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 SUMMARY 1.1.1 This Section references to laws, by laws, ordinances, rules, regulations, codes, orders of Authority Having Jurisdiction, and other legally enforceable requirements applicable to Work and that are; or become, in force during performance of Work. 1.2 RELATED REQUIREMENTS ONLY 1.2.1 All other sections forming part of the contract documentation.

1.3 REFERENCES TO REGULATORY REQUIREMENTS 1.3.1 Perform Work in accordance with Ontario Building Code (OBC) 2012 & National Building Code of Canada (NBC)] [2015] including amendments up to tender closing date and other codes of provincial or local application provided that in case of conflict or discrepancy, more stringent requirements apply. 1.3.2 Specific design and performance requirements listed in specifications or indicated on Drawings mayCOPY exceed minimum requirements established by referenced Building Code; these requirements will govern over the minimum requirements listed in Building Code .1 Meet or exceed requirementsSUBMIT of: .1 Contract documents. .2 Specified standards, codes and referenced documents.

1.4 HAZARDOUS MATERIAL DISCOVERY 1.4.1 Asbestos: demolition of spray or trowel-applied asbestos is hazardous to health. Stop work immediately when material resembling spray or trowel- applied asbestos is encountered during demolition work. Notify Consultant and Owner RepresentativeNOT . 1.4.2 PCB: Polychlorinated Biphenyl: stop work immediately when material resembling Polychlorinated Biphenyl is encountered during demolition work. VIEWINGNotify Owner Representative and Consultant. SPEC NOTE: Encountering mould during demolition work can be hazardous to health of workers and public unless properly handled and remediated. Before preparing DOspecifications for demolition work, examine building for presence and sources of mould. Identify types and extent. 1.4.3 Mould: stop work immediately when material resembling mould is encountered during demolition work. Notify Owner Representative and Consultant .

87 of 306 City of Toronto Section 01 41 00 Centennial Park Stadium Building - Regulatory Requirements Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.5 BUILDING SMOKING ENVIRONMENT 1.5.1 Comply with smoking restrictions and municipal by-laws.

1.6 NATIONAL PARKS ACT 1.6.1 Perform Work in accordance with National Parks Act when projects are located within boundaries of National Park.

1.7 QUALITY ASSURANCE 1.7.1 Regulatory Requirements: Except as otherwise specified, Constructor shall apply for, obtain, and pay fees associated with, permits, licenses, certificates, and approvals required by regulatory requirementsONLY and Contract Documents, based on General Conditions of Contract and the following: .2 Regulatory requirements and fees in force on date of Bid submission, and .3 A change in regulatory requirements or fees scheduled to become effective after date of tender submission and of which public notice has been given before date of tender submission

2. Products COPY 2.1 NOT USED 2.1.1 Not Used. SUBMIT 2.2 EASEMENTS AND NOTICES 2.2.1 Owner will obtain permanent easements and rights of servitude that may be required for performance of Work. 2.2.2 Constructor shall give notices required by regulatory requirements. 2.3 PERMITS NOT 2.3.1 Development Permit: Owner has applied for, obtained, and paid for development permit. VIEWING2.3.2 Building Permit: .4 Owner has applied for and will be paying for building permit. DOConstructor is responsible for obtaining or coordinating other permits required for Work and its various parts. .5 Constructor will require that specific Subcontractor ’s obtain and pay for permits required by authorities having jurisdiction, where their Work is affected by Work requiring permits including permits .

88 of 306 City of Toronto Section 01 41 00 Centennial Park Stadium Building - Regulatory Requirements Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

.6 Constructor shall display building permit and other permits in a conspicuous location at Place of Work. 2.3.3 Occupancy Permits: .7 Constructor shall apply for, obtain, and pay for occupancy permits, including partial occupancy permits where required by authority having jurisdiction. .8 Owner Representative/Consultant will issue appropriate instructions to [Constructor] for correction to Work where Contract Document deficiencies are required to be corrected in order to obtain occupancy permits, including partial occupancy permits. .9 Constructor shall correct deficiencies in accordanceONLY with Owner Representative/[Consultant ’s instructions. Where deficiency is not corrected, Owner reserves the right to make correction and charge Constructor for costs incurred. .10 Constructor shall turn occupancy permits over to Owner .

3. Execution

3.1 NOT USED 3.1.1 Not Used. COPY

End of SectionSUBMIT

NOT VIEWING DO

89 of 306 City of Toronto Quality Control Section 01 45 00 Centennial Park Stadium Building - Page 1 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Requirements

1.1.1 Not used

1.2 References

1.2.1 Canadian Construction Documents Committee (CCDC) 1.2.1.1 CCDC 2-2008, Stipulated Price Contract. ONLY 1.3 Inspection

1.3.1 Refer to CCDC 2, GC 2.3.

1.3.2 Allow Owner and Consultant access to Work. If part of Work is in preparation at locations other than Place of Work, allow access to such Work whenever it is in progress.

1.3.3 Give timely notice requesting inspection if Work is designated for special tests, inspections or approvals by ConsultantCOPY instructions, or law of Place of Work. 1.3.4 If Contractor covers or permits to be covered Work that has been designated for special tests, inspections or approvals before such is made, uncover such Work, have inspections or tests satisfactorily completedSUBMIT and make good such Work. 1.3.5 Consultant will order part of Work to be examined if Work is suspected to be not in accordance with Contract Documents. If, upon examination such work is found not in accordance with Contract Documents, correct such Work and pay cost of examination and correction.

1.4 Independent Inspection Agencies 1.4.1 Independent Inspection/TestingNOT Agencie s will be engaged by Owner for purpose of inspecting and/or testing portions of Work. Cost of such services will be borne by the Allowances. VIEWING1.4.2 Employment of inspection/tes ting agencies does not relax responsibility to performDO Work in accordance with Contract Documents. 1.4.3 If defects are revealed during inspection and/or testing, appointed agency will request additional inspection and/or testing to ascertain full degree of defect. Correct defect and irregularities as advised by Consultant at no cost to Owner. Pay costs for re-testing and re-inspection.

1.5 Access to Work 90 of 306 City of Toronto Quality Control Section 01 45 00 Centennial Park Stadium Building - Page 2 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.5.1 Allow inspection/testing agencies access to Work, off site manufacturing and fabrication plants.

1.5.2 Co-operate to provide reasonable facilities for such access.

1.6 Procedures

1.6.1 Notify appropriate agency and Consultant in advance of requirement for tests, in order that attendance arrangements can be made.

1.6.2 Submit samples and/or materials required for testing, as specifically requested in specifications. Submit with reasonable promptness and in orderly sequence to not cause delays in Work. ONLY 1.6.3 Provide labour and facilities to obtain and handle samples and materials on site. Provide sufficient space to store and cure test samples.

1.7 Rejected Work

1.7.1 Refer to CCDC, GC 2.4.

1.7.2 Remove defective Work, whether result of poor workmanship, use of defective products or damage and whether incorporated in Work or not, which has been rejected by Consultant as failingCOPY to conform to Contract Documents. Replace or re-execute in accordance with Contract Documents.

1.7.3 Make good other Contractor's work damaged by such removals or replacements promptly. SUBMIT 1.7.4 If in opinion of Consultant it is not expedient to correct defective Work or Work not performed in accordance with Contract Documents, Owner will deduct from Contract Price difference in value between Work performed and that called for by Contract Documents, amount of which will be determined by Consultant. 1.8 Reports NOT 1.8.1 Submit 4 copies of inspection and test reports to Consultant. VIEWING1.8.2 Provide copies to subcontractor of work being inspected or tested. 1.8.3 All testing data and report shall be submitted to the Consultant once completed. DO End of Section

91 of 306 City of Toronto Mobilization and Section 01 50 50 Centennial Park Stadium Building - Demobilization Page 1 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Description

1.1.1 This Section specifies requirements of mobilizing and demobilizing at the Site.

1.2 Mobilization

1.2.1 Mobilization includes activities that must be performed to enable construction to commence on site. This includes but is not limited to:

1.2.1.1 Obtaining certificates from all Utility Companies or DepartmentsONLY having facilities in the area of proposed work, confirming that a stake out of existing utilities has been done or indicating that there are no such services in the area of proposed work.

1.2.1.2 Locating and confirming all survey control points.

1.2.1.3 Clearly marking trees to be preserved and erecting tree protection hoarding.

1.2.1.4 Erecting all signs, barricades, flashers, delineators, flagging, and such other protection as may be requiredCOPY to protect the public during construction. 1.2.1.5 Providing all necessary access to the project including haul roads as required.

1.2.1.6 Providing site safety and security fence defining the Contractor’s working area. SUBMIT

1.2.1.7 Erecting project signboards.

1.2.1.8 Moving onto site and setting up offices, storage facilities, sanitary facilities, hydro, telephone and other utilities as specified or required.

1.2.1.9 Bringing on site the workers, equipment, and machinery necessary to undertake performanceNOT of the Work. 1.2.1.10 Delivering, accepting and storing the materials necessary for initiating VIEWINGperformance of the Work. 1.3 Demobilization

1.3.1 Generally,DO demobilization covers the activities required to be performed at or aft er completion of construction. This includes but is not limited to: 1.3.1.1 Disconnection of all temporary utilities and removal of offices and temporary facilities for the Site.

92 of 306 City of Toronto Mobilization and Section 01 50 50 Centennial Park Stadium Building - Demobilization Page 2 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.3.1.2 Removal of project signs and supporting framework.

1.3.1.3 Reinstatement of all areas disturbed during construction to original, better or specified condition.

2. Products

2.1.1 Not used

3. Execution 3.1.1 Not used ONLY End of Section

COPY SUBMIT

NOT VIEWING DO

93 of 306 City of Toronto Temporary Utilities Section 01 51 00 Centennial Park Stadium Building - Page 1 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Sections

1.1.1 Not used

1.2 References

1.2.1 Canadian Green Building Council (CaGBC)

1.2.1.1 LEED Canada-NC Version 1.0-December 2004, LEED (Leadership in Energy and Environmental Design): Green Building Rating SystemONLY For New Construction and Major Renovations.

1.2.2 U.S. Environmental Protection Agency (EPA) / Office of Water

1.2.2.1 EPA 832R92005, Storm Water Management for Construction Activities: Developing Pollution Prevention Plans and Best Management Practices.

1.3 Submittals 1.3.1 Provide submittals in accordanceCOPY with Section 01 33 00 – Submittal Procedures. 1.4 Installation and Removal 1.4.1 Provide temporary utilities controls in orderSUBMIT to execute work expeditiously. 1.4.2 Remove from site all such work after use.

1.5 Temporary Power and Light

1.5.1 Owner will pay for temporary power during construction for temporary lighting and operating of power tools, to a maximum supply of 230 volts, 30 amps. 1.5.2 Arrange for connectionNOT with appropriate utility company. Pay costs for installation, maintenance and removal.

1.5.3 Temporary power for electric cranes and any other equipment requiring in excess VIEWINGof above is responsibility of contractor. 1.5.4 ConnectDO to existing power supply in accordance with Canadian Electrical Code and provide meters and switching. 1.5.5 Electrical power and lighting systems installed under this Contract may be used for construction requirements only with prior approval of Owner’s Representative provided that guarantees are not affected. Make good damage to electrical

94 of 306 City of Toronto Temporary Utilities Section 01 51 00 Centennial Park Stadium Building - Page 2 of 2 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

system caused by use under this Contract. Replace lamps which have been used for more than 3 months.

1.6 Temporary Communication Facilities

1.6.1 Provide and pay for temporary telephone, fax, data hook up, lines, equipment necessary for own use and use of Owner and Consultant.

1.7 Fire Protection

1.7.1 Provide and maintain temporary fire protection equipment during performance of Work required by insurance companies having jurisdiction and governing codes, regulations and bylaws. ONLY

1.7.2 Burning rubbish and construction waste materials is not permitted on site End of Section

COPY SUBMIT

NOT VIEWING DO

95 of 306 City of Toronto Temporary Barriers Section 01 56 00 Centennial Park Stadium Building - and Enclosures Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 RELATED REQUIREMENTS 1.1.1 All other sections forming part of the contract documentation.

1.2 REFERENCE STANDARDS 1.2.1 Canadian General Standards Board (CGSB) .1 CGSB 1.59-[97] , Alkyd Exterior Gloss Enamel. .2 CAN/CGSB 1.189-[00] , Exterior Alkyd PrimerONLY for Wood. 1.2.2 CSA Group (CSA) .3 CSA-O121-[M1978(R2003)] , Douglas Fir Plywood. 1.2.3 Public Works Government Services Canada (PWGSC) Standard Acquisition Clauses and Conditions (SACC)-ID: R0202D, Title: General Conditions 'C', In Effect as Of: May 14, 2004.

1.3 INSTALLATION AND REMOVAL 1.3.1 Provide temporary controlsCOPY in order to execute Work expeditiously. 1.3.2 Remove from site all such work after use.

1.4 HOARDING 1.4.1 Erect temporary site enclosures usingSUBMIT [38 x 89] mm construction grade lumber framing at [600] mm centres and [1200 x 2400 x 13] mm exterior grade fir plywood to CSA O121. 1.4.2 Apply plywood panels vertically flush and butt jointed . 1.4.3 Provide two lockable truck entrance gates and at least one pedestrian door as directed and conforming to applicable traffic restrictions on adjacent streets. Equip gates withNOT locks and keys. 1.4.4 Erect and maintain pedestrian walkways including roof and side covers, complete with signs and electrical lighting as required by law. 1.4.5 Paint public side of site enclosure in selected colours with one coat primer to VIEWINGCAN/CGSB 1.189 and one coat exterior paint to CGSB 1.59. Maintain public side of enclosure in clean condition. 1.4.6DO Erect temporary site enclosure using new [1.2] m high snow fence wired to rolled steel "T" bar fence posts spaced at [2.4] m on centre. Provide [one] lockable truck gate. Maintain fence in good repair. 1.4.7 Provide barriers around trees and plants designated to remain. Protect from damage by equipment and construction procedures.

96 of 306 City of Toronto Temporary Barriers Section 01 56 00 Centennial Park Stadium Building - and Enclosures Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.5 GUARD RAILS AND BARRICADES 1.5.1 Provide secure, rigid guard rails and barricades around deep excavations, open egress way of bleacher area , open edges of floors. 1.5.2 Provide as required by governing authorities .

1.6 WEATHER ENCLOSURES 1.6.1 Provide weather tight closures to unfinished door and window openings, tops of shafts and other openings in floors and roofs. 1.6.2 Close off floor areas where walls are not finished; seal off other openings; enclose building interior work for temporary heat. ONLY 1.6.3 Design enclosures to withstand wind pressure and snow loading .

1.7 DUST TIGHT SCREENS 1.7.1 Provide dust tight screens or [insulated] partitions to localize dust generating activities, and for protection of workers, finished areas of Work and public. 1.7.2 Maintain and relocate protection until such work is complete.

1.8 ACCESS TO SITE 1.8.1 Provide and maintain accessCOPY roads, sidewalk crossings, ramps and construction runways as may be required for access to Work.

1.9 PUBLIC TRAFFIC FLOW 1.9.1 Provide and maintain competent signaSUBMITl flag operators, traffic signals, barricades and flares, lights, or lanterns as required to perform Work and protect public.

1.10 FIRE ROUTES 1.10.1 Maintain access to property including overhead clearances for use by emergency responseNOT vehicles. 1.11 PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY 1.11.1 Protect surrounding private and public property from damage during VIEWINGperformance of Work. 1.11.2 Be responsible for damage incurred.

1.12 DOPROTECTION OF BUILDING FINISHES 1.12.1 Provide protection for finished and partially finished building finishes and equipment during performance of Work. 1.12.2 Provide necessary screens, covers, and hoardings.

97 of 306 City of Toronto Temporary Barriers Section 01 56 00 Centennial Park Stadium Building - and Enclosures Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.12.3 Confirm with Consultant/Owner Representative locations and installation schedule [3] days prior to installation. 1.12.4 Be responsible for damage incurred due to lack of or improper protection.

1.13 WASTE MANAGEMENT AND DISPOSAL 1.13.1 Separate waste materials for [recycling] [reuse] in accordance with Section [01 74 19- Waste Management and Disposal] . 2. Products ONLY 2.1 NOT USED 2.1.1 Not Used.

3. Execution

3.1 NOT USED 3.1.1 Not Used. COPY End of SectionSUBMIT

NOT VIEWING DO

98 of 306 City of Toronto Common Product Section 01 61 00 Centennial Park Stadium Building - Requirements Page 1 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 References

1.1.1 Canadian Construction Documents Committee (CCDC)

1.1.1.1 CCDC 2 2008, Stipulated Price Contract

1.1.2 Within text of each specifications section, reference may be made to reference standards. List of standards reference writing organizations is contained in relevant Sections. ONLY 1.1.3 Conform to these reference standards, in whole or in part as specifically requested in specifications.

1.1.4 If there is question as to whether products or systems are in conformance with applicable standards, Departmental Representative and Consultant reserves right to have such products or systems tested to prove or disprove conformance.

1.1.5 Cost for such testing will be borne by Contractor in event of non-conformance. 1.2 Quality COPY 1.2.1 Refer to CCDC 2

1.2.2 Products, materials, equipment and articles incorporated in Work shall be new, not damaged or defective, and of best qualitySUBMIT for purpose intended. If requested, furnish evidence as to type, source and quality of products provided.

1.2.3 Procurement policy is to acquire, in cost effective manner, items containing highest percentage of recycled and recovered materials practicable consistent with maintaining satisfactory levels of competition. Make reasonable efforts to use recycled and recovered materials and in otherwise utilizing recycled and recovered materials NOTin execution of work. 1.2.4 Defective products, whenever identified prior to completion of Work, will be rejected, regardless of previous inspections. Inspection does not relieve responsibility, but is precaution against oversight or error. Remove and replace VIEWINGdefective products at own expense and be responsible for delays and expenses causedDO by rejection. 1.2.5 Should disputes arise as to quality or fitness of products, decision rests strictly with Engineer based upon requirements of Contract Documents. 1.2.6 Unless otherwise indicated in specifications, maintain uniformity of manufacture for any particular or like item throughout building.

99 of 306 City of Toronto Common Product Section 01 61 00 Centennial Park Stadium Building - Requirements Page 2 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.2.7 Permanent labels, trademarks and nameplates on products are not acceptable in prominent locations, except where required for operating instructions, or when located in mechanical or electrical rooms.

1.3 Availability

1.3.1 Immediately upon signing Contract, review product delivery requirements and anticipate foreseeable supply delays for items. If delays in supply of products are foreseeable, notify Engineer of such, in order that substitutions or other remedial action may be authorized in ample time to prevent delay in performance of Work.

1.3.2 In event of failure to notify Engineer at commencement of Work and should it subsequently appear that Work may be delayed for such reason,ONLY Engineer reserves right to substitute more readily available products of similar character, at no increase in Contract Price or Contract Time.

1.4 Storage, Handling and Protection

1.4.1 Handle and store products in manner to prevent damage, adulteration, deterioration and soiling and in accordance with manufacturer's instructions when applicable.

1.4.2 Store packaged or bundled products in original and undamaged condition with manufacturer's seal and labelsCOPY intact. Do not remove from packaging or bundling until required in Work. 1.4.3 Store products subject to damage from weatherSUBMIT in weatherproof enclosures. 1.4.4 Store cementitious products clear of earth or concrete floors, and away from walls.

1.4.5 Keep sand, when used for grout or mortar materials, clean and dry. Store sand on wooden platforms and cover with waterproof tarpaulins during inclement weather. 1.4.6 Store sheet materialsNOT and piping on flat, solid supports and keep clear of ground. Slope to shed moisture.

1.4.7 Store and mix paints in heated and ventilated room. Remove oily rags and other VIEWINGcombustible debris from site daily. Take every precaution necessary to prevent spontDOaneous combustion. 1.4.8 Remove and replace damaged products at own expense and to satisfaction of Engin eer. 1.4.9 Touch up damaged factory finished surfaces to Engineer satisfaction. Use touch up materials to match original. Do not paint over name plates.

100 of 306 City of Toronto Common Product Section 01 61 00 Centennial Park Stadium Building - Requirements Page 3 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.5 Transportation

1.5.1 Pay costs of transportation of products required in performance of Work.

1.5.2 Transportation cost of products shall be included in the bids. Unload, handle and store products in a safe manner.

1.6 Manufacturer's Instructions

1.6.1 Unless otherwise indicated in specifications, install or erect products in accordance with manufacturer's instructions. Do not rely on labels or enclosures provided with products. Obtain written instructions directly ONLYfrom manufacturers. 1.6.2 Notify Engineer in writing, of conflicts between specifications and manufacturer's instructions, so that Engineer will establish course of action.

1.6.3 Improper installation or erection of products, due to failure in complying with these requirements, authorizes Engineer to require removal and re installation at no increase in Contract Price or Contract Time.

1.7 Quality of Work

1.7.1 Ensure Quality of Work is of highest standard, executed by workers experienced and skilled in respective dutiesCOPY for which they are employed. Immediately notify Engineer if required Work is such as to make it impractical to produce required results.

1.7.2 Do not employ anyone unskilled in their requiredSUBMIT duties. Engineer reserves right to require dismissal from site, workers deemed incompetent or careless.

1.7.3 Decisions as to standard or fitness of Quality of Work in cases of dispute rest solely with Engineer, whose decision is final.

1.8 Coordination 1.8.1 Ensure co-operation NOTof workers in laying out Work. Maintain efficient and continuous supervision.

1.8.2 Be responsible for coordination and placement of openings, sleeves and VIEWINGaccessories. 1.9 ConcealmentDO 1.9.1 In finished areas conceal pipes, ducts and wiring in floors, walls and ceilings, except where indicated otherwise.

1.9.2 Before installation inform Engineer if there is interference. Install as directed by Engineer. 101 of 306 City of Toronto Common Product Section 01 61 00 Centennial Park Stadium Building - Requirements Page 4 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.10 Remedial Work

1.10.1 Refer to CCDC 2, "CCDC 2-2008, stipulated price contract".

1.10.2 Perform remedial work required to repair or replace parts or portions of Work identified as defective or unacceptable. Co-ordinate adjacent affected Work as required.

1.10.3 Perform remedial work by specialists familiar with materials affected. Perform in a manner to neither damage nor put at risk any portion of Work. 1.11 Location of Equipment and Accessories ONLY 1.11.1 Consider location of equipment and mechanical and electrical items indicated as approximate.

1.11.2 Inform Engineer of conflicting installation. Install as directed.

1.12 Fastenings

1.12.1 Provide metal fastenings and accessories in same texture, colour and finish as adjacent materials, unless indicated otherwise. 1.12.2 Prevent electrolytic action betweenCOPY dissimilar metals and materials. 1.12.3 Use non corrosive hot dip galvanized steel fasteners and anchors for securing exterior work, unless stainless steel or other material is specifically requested in affected specification Section. SUBMIT 1.12.4 Space anchors within individual load limit or shear capacity and ensure they provide positive permanent anchorage. Wood, or any other organic material plugs are not acceptable.

1.12.5 Keep exposed fastenings to a minimum, space evenly and install neatly. 1.12.6 Fastenings which causeNOT spalling or cracking of material to which anchorage is made are not acceptable. VIEWING1.13 Fastenings – Equipment 1.13.1 Use fastenings of standard commercial sizes and patterns with material and finishDO suitable for service. 1.13.2 Use heavy hexagon heads, semi-finished unless otherwise specified. Use No. 304 stainless steel for exterior areas.

1.13.3 Bolts may not project more than one diameter beyond nuts.

102 of 306 City of Toronto Common Product Section 01 61 00 Centennial Park Stadium Building - Requirements Page 5 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.13.4 Use plain type washers on equipment, sheet metal and soft gasket lock type washers where vibrations occur. Use resilient washers with stainless steel.

1.14 Protection of Work in Progress

1.14.1 Prevent overloading of parts of building. Do not cut, drill or sleeve load bearing structural member, unless specifically indicated without written approval of Engineer.

1.15 Existing Utilities

1.15.1 When breaking into or connecting to existing services or utilities, execute Work at times directed by local governing authorities, with minimumONLY of disturbance to Work, [and/or building occupants] [and pedestrian and vehicular traffic].

1.15.2 Protect, relocate or maintain existing active services. When services are encountered, cap off in manner approved by authority having jurisdiction. Stake and record location of capped service End of Section COPY SUBMIT

NOT VIEWING DO

103 of 306

City of Toronto Section 01 73 00 Centennial Park Stadium Building - Execution Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Part 1 General

1.1 RELATED REQUIREMENTS .1 All other sections forming part of the contract documentation.

1.2 ACTION AND INFORMATIONAL SUBMITTALS .1 Submittals: in accordance with Section [01 33 00- Submittal Procedures] . .2 Submit written request in advance of cutting or alterationONLY which affects: .1 Structural integrity of elements of project. .2 Integrity of weather-exposed or moisture-resistant elements. .3 Efficiency, maintenance, or safety of operational elements. .4 Visual qualities of sight-exposed elements. .5 Work of Owner or separate contractor. .3 Include in request: .1 Identification of project. .2 Location and descriptionCOPY of affected Work. .3 Statement on necessity for cutting or alteration. .4 Description of proposed Work, and products to be used. .5 Alternatives to cutting and patching.SUBMIT .6 Effect on Work of Owner or separate contractor. .7 Written permission of affected separate contractor. .8 Date and time work will be executed.

1.3 MATERIALS .1 Required for original installation. .2 Change in Materials:NOT Submit request for substitution in accordance with Section [01 33 00- Submittal Procedures] .

1.4 PREPARATION VIEWING.1 Inspect existing conditions, including elements subject to damage or movement during cutting and patching. .2 DOAfter uncovering, inspect conditions affecting performance of Work. .3 Beginning of cutting or patching means acceptance of existing conditions.

104 of 306

City of Toronto Section 01 73 00 Centennial Park Stadium Building - Execution Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

.4 Provide supports to assure structural integrity of surroundings; provide devices and methods to protect other portions of project from damage. .5 Provide protection from elements for areas which are to be exposed by uncovering work; maintain excavations free of water.

1.5 EXECUTION .1 Execute cutting, fitting, and patching [including excavation and fill,] to complete Work. .2 Fit several parts together, to integrate with other Work.ONLY .3 Uncover Work to install ill-timed Work. .4 Remove and replace defective and non-conforming Work. .5 [Remove samples of installed Work for testing] . .6 Provide openings in non-structural elements of Work for penetrations of mechanical and electrical Work. .7 Execute Work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. .8 Employ original installer to perform cutting and patching for weather- exposed and moisture-resistantCOPY elements, and sight-exposed surfaces. .9 Cut rigid materials using masonry saw or core drill. Pneumatic or impact tools not allowed on masonry work without prior approval. .10 Restore work with new products in SUBMITaccordance with requirements of Contract Documents. .11 Fit Work [airtight] to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. .12 At penetration of fire rated wall, ceiling, or floor construction, completely seal voids with [firestopping] material in accordance with Section [07 84 00- Firestopping] , full thickness of the construction element. .13 Refinish surfacesNOT to match adjacent finishes: Refinish continuous surfaces to nearest intersection. Refinish assemblies by refinishing entire unit. .14 Conceal pipes, ducts and wiring in floor, wall and ceiling construction of VIEWINGfinished areas except where indicated otherwise. 1.6 DOWASTE MANAGEMENT AND DISPOSAL .1 Separate waste materials for [reuse] [recycling] in accordance with Section [01 74 19- Waste Management and Disposal] .

105 of 306

City of Toronto Section 01 73 00 Centennial Park Stadium Building - Execution Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Part 2 Products

2.1 NOT USED .1 Not Used.

Part 3 Execution

3.1 NOT USED .1 Not Used. ONLY

END OF SECTION

COPY SUBMIT

NOT VIEWING DO

106 of 306 City of Toronto Cleaning Section 01 74 00 Centennial Park Stadium Building - Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Sections

1.1.1 Section 01 74 21 – Waste Management and Disposal.

1.2 References

1.2.1 Canadian Construction Documents Committee (CCDC) 1.2.1.1 CCDC 2 2008, Stipulated Price Contract. ONLY 1.2.2 Public Works Government Services Canada (PWGSC) Standard Acquisition Clauses and Conditions (SACC)-ID: R0202D, Title: General Conditions "C", In Effect as Of: May 14, 2004.

1.3 Project Cleanliness

1.3.1 Maintain Work in tidy condition, free from accumulation of waste products and debris, including that caused by Owner or other Contractors.

1.3.2 Remove waste materials from site at daily regularly scheduled times or dispose of as directed by the Owner DoCOPY not burn waste materials on site.

1.3.3 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris. SUBMIT 1.3.4 Provide on-site dump containers for collection of waste materials and debris.

1.3.5 Provide and use marked separate bins for recycling. Refer to Section 01 35 50 – Waste Management and Disposal.

1.3.6 Dispose of waste materials and off site. 1.3.7 Clean interior areas NOTprior to start of finishing work, and maintain areas free of dust and other contaminants during finishing operations.

1.3.8 Store volatile waste in covered metal containers, and remove from premises at VIEWINGend of each working day. 1.3.9 Provide adequate ventilation during use of volatile or noxious substances. Use of buildDOing ventilation systems is not permitted for this purpose. 1.3.10 Use only cleaning materials recommended by manufacturer of surface to be cleaned, and as recommended by cleaning material manufacturer.

107 of 306 City of Toronto Cleaning Section 01 74 00 Centennial Park Stadium Building - Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.3.11 Schedule cleaning operations so that resulting dust, debris and other contaminants will not fall on wet, newly painted surfaces nor contaminate building systems.

1.4 Final Cleaning

1.4.1 Refer to CCDC 2

1.4.2 When Work is Substantially Performed remove surplus products, tools, construction machinery and equipment not required for performance of remaining Work. 1.4.3 Remove waste products and debris other than that causedONLY by others, and leave Work clean and suitable for occupancy.

1.4.4 Prior to final review remove surplus products, tools, construction machinery and equipment.

1.4.5 Remove waste products and debris including that caused by Owner or other Contractors.

1.4.6 Remove waste materials from site at regularly scheduled times or dispose of as directed by the Owner Do not COPYburn waste materials on site. 1.4.7 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris. 1.4.8 Clean and polish glass, mirrors, hardware,SUBMIT wall tile, stainless steel, chrome, porcelain enamel, baked enamel, plastic laminate, and mechanical and electrical fixtures. Replace broken, scratched or disfigured glass.

1.4.9 Remove stains, spots, marks and dirt from decorative work, electrical and mechanical fixtures, furniture fitments, walls, floors and ceilings.

1.4.10 Clean lighting reflectors, lenses, and other lighting surfaces.

1.4.11 Vacuum clean and dustNOT building interiors, behind grilles, louvers and screens.

1.4.12 Wax, seal, shampoo or prepare floor finishes, as recommended by manufacturer. VIEWING1.4.13 Inspect finishes, fitments and equipment and ensure specified workmanship and operation.DO 1.4.14 Broom clean and wash exterior walks, steps and surfaces; rake clean other surfaces of grounds. 1.4.15 Remove dirt and other disfiguration from exterior surfaces.

1.4.16 Clean and sweep roofs, gutters, areaways, and sunken wells. 108 of 306 City of Toronto Cleaning Section 01 74 00 Centennial Park Stadium Building - Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.17 Sweep and wash clean paved areas.

1.4.18 Clean equipment and fixtures to sanitary condition; clean or replace filters of mechanical equipment.

1.4.19 Clean roofs, downspouts, and drainage systems.

1.4.20 Remove debris and surplus materials from crawl areas and other accessible concealed spaces.

1.5 Waste Management and Disposal 1.5.1 Separate waste materials for reuse and recycling in accordanceONLY with Section 01 74 21 – Waste Management and Disposal End of Section

COPY SUBMIT

NOT VIEWING DO

109 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 1 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 SUMMARY 1.1.1 This Section includes requirements for management of construction waste and disposal, which forms the Contractor ’s commitment to reduce and divert waste materials from landfill and includes the following: .1 Preparation of a Draft Construction Waste Management Plan that will be used to track the success of the Construction Waste Management Plan against actual waste diversion from landfill.ONLY .2 Preparation of a Construction Waste Management Plan that provides guidance on a logical progression of tasks and procedures to be followed in a pollution prevention program to reduce or eliminate the generation of waste, the loss of natural resources, and process emissions through source reduction, reuse, recycling, and reclamation. .3 Preparation of monthly progress reports indicating cumulative totals representing progress towards achieving diversion and reduction goals of waste materials away from landfill and identifying any special programs, landfill options or alternatives to landfill used during construction. COPY .4 Preparation of a Construction Waste Management Report containing detailed information indicating total waste produced by the project, types of waste material and quantity of each material, and total waste diverted and diversion rates SUBMITindicated as a percentage of the total waste produced.

1.2 RELATED REQUIREMENTS 1.2.1 Section 02 41 99– Demolition for Minor Works 1.2.2 And all other sections forming part of the contract documentation. 1.3 REFERENCENOT STANDARDS 1.3.1 American Society for Testing and Materials (ASTM): .5 ASTM E1609 01, Standard Guide for Development and VIEWINGImplementation of a Pollution Prevention Program 1.3.2 Canada Green Building Council (CaGBC) DO.6 LEED® Reference Guide for Building Design and Construction, Version 4 1.4 DEFINITIONS 1.4.1 Clean Waste: Untreated and unpainted; not contaminated with oils, solvents, sealants or similar materials. 110 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 2 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.2 Construction [and Demolition] Waste: Solid wastes typically including building materials, packaging, trash, debris, and rubble resulting from construction, [re modeling] operations.[repair and demolition] 1.4.3 Hazardous: Exhibiting the characteristics of hazardous substances including properties such as ignitability, corrosiveness, toxicity or reactivity. 1.4.4 Non hazardous: Exhibiting none of the characteristics of hazardous substances, including properties such as ignitability, corrosiveness, toxicity, or reactivity. 1.4.5 Non toxic: Not poisonous to humans either immediately or after a long period of exposure. 1.4.6 Recyclable: The ability of a product or material to beONLY recovered at the end of its life cycle and remanufactured into a new product for reuse by others. 1.4.7 Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. 1.4.8 Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form; recycling does not include burning, incinerating, or thermally destroying waste. 1.4.9 Return: To give back reusable items or unused products to vendors for credit. 1.4.10 Reuse: To reuse a constructionCOPY waste material in some manner on the project site. 1.4.11 Salvage: To remove a waste material from the project site to another site for resale or reuse by others. SUBMIT 1.4.12 Sediment: Soil and other debris that has been eroded and transported by storm or well production run off water. 1.4.13 Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. 1.4.14 Toxic: Poisonous to humans either immediately or after a long period of exposure. NOT 1.4.15 Trash: Any product or material unable to be reused, returned, recycled, or salvaged. 1.4.16 Volatile Organic Compounds (VOC’s): Chemical compounds common in and VIEWINGemitted by many build ing products over time through outgassing: DO.7 Solvents in paints and other coatings; .8 Wood preservatives; strippers and household cleaners; .9 Adhesives in particleboard, fiberboard, and some plywood; and foam insulation. .10 When released, VOC’s can contribute to the formation of smog and can cause respiratory tract problems, headaches, eye irritations,

111 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 3 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

nausea, damage to the liver, kidneys, and central nervous system, and possibly cancer. 1.4.17 Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material. 1.4.18 Construction Waste Management Plan : A project related plan for the collection, transportation, and disposal of the waste generated at the construction site; the purpose of the plan is to ultimately reduce the amount of material being landfilled. 1.5 ADMINISTRATIVE REQUIREMENTS ONLY 1.5.1 Coordination: Coordinate waste management requirements with all Divisions of the Work for the project, and ensure that requirements of the Construction Waste Management Plan are followed. 1.5.2 Preconstruction Meeting: Arrange a pre-construction meeting in accordance with Section 01 31 19 – Project Meetings before starting any Work of the Contract attended by the Owner, Contractor , affected Subcontractor ’s and The City Representative/Consultant to discuss the Contractor ’s Construction Waste Management Plan and to develop mutual understanding of the requirements for a consistentCOPY policy towards waste reduction and recycling. 1.6 SUBMITTALS 1.6.1 Provide required information in accordance with Section 01 33 00 – Submittal Procedures. SUBMIT 1.6.2 Action Submittals: Provide the following submittals before starting any work of this Section: .11 Draft Construction Waste Management Plan (Draft CWM Plan): Submit to Consultant/The CityRepresentative a preliminary analysis of anticipated site generated waste by listing a minimum of five (5) construction or demolition waste streams that have potential to generate the most volume of material indicating methods that will be used toNOT divert construction waste from landfill and source reduction strategies; The City Representative/Consultant will provide commentary before development of Contractor ’s Construction Waste Management Plan. VIEWING.12 Construction Waste Management Plan (CWM Plan) : Submit a CWM Plan for this project prior to any waste removal from site and that DOincludes the following information: .1 Material Streams: Analysis of the proposed jobsite waste being generated, including material types and quantities forming a part of identified material streams in the Draft CWM Plan ; materials removed from site destined for alternative daily cover at landfill sites and land clearing debris cannot be considered as

112 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 4 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

contributing to waste diversion and will be included as a component of the total waste generated for the site. .2 Alternative Waste Disposal: Prepare a listing of each material proposed to be salvaged, reused, recycled or composted during the course of the project, and the proposed local market for each material. .3 Landfill Materials: Identify materials that cannot be recycled, reused or composted and provide explanation or justification; energy will be considered as a viable alternative diversion strategy for these materials where facilities exist Demolition Waste Management requirements . .4 Landfill Options: The name of the landfillONLY where trash will be disposed of; landfill materials will form a part of the total waste generated by the project. .5 Transportation: A description of the means of transportation of the recyclable materials, whether materials will be site separated and self hauled to designated centers, or whether mixed materials will be collected by a waste hauler and removed from the site, and destination of materials.

1.7 PROJECT CLOSEOUT SUBMISSIONS 1.7.1 Record Documentation COPY: Submit as constructed information in accordance with Section 01 78 00– Closeout Submittals as follows: .13 Construction Waste Management Report (CWM Report) : Submit a CWM Report for this project SUBMITin a format acceptable to submittal requirements and that includes the following information: .1 Accounting: Submit information indicating total waste produced by the project. .2 Composition: Submit information indicating types of waste material and quantity of each material. .3 Transportation Documentation : Submit copies of transportation documents or shipping manifests indicating weights of materials,NOT and other evidence of disposal indicating final location of waste diverted from landfill and waste sent to landfill. .4 Alternative Daily Cover (ADC): Submit quantities of material that VIEWINGwere used as ADC at landfill sites, and that form a part of the total waste generated by the project. DO.5 Multiple Waste Hauling: Compile all information into a single CWM Report where multiple waste hauling and diversion strategies were used for the project. .6 Photographs: Submit photographs of waste diversion facilities documenting location and signage describing usage of waste separation containers.

113 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 5 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.8 DELIVERY, STORAGE AND HANDLING 1.8.1 Handling Requirements: Clean materials that are contaminated before placing in collection containers and ensure that waste destined for landfill does not get mixed in with recycled materials: .14 Deliver materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to recycling process. .15 Arrange for collection by or delivery to the appropriate recycling or reuse facility. 1.8.2 Hazardous Waste and Hazardous Materials: Handle in accordance with applicable regulations. ONLY 2. Products

2.1 NOT USED 2.1.1 Not Used.

3. Execution 3.1 (CWM PLAN) IMPLEMENTATIONCOPY 3.1.1 Manager: Contractor is responsible for designating an on site party or parties responsible for instructing workers and overseeing and documenting results of the CWM Plan for the project. SUBMIT 3.1.2 Distribution: Distribute copies of the CWM Plan to the job site foreman, each Subcontractor , the Owner, the City Representative/Consultant and other site personnel as required to maintain CWM Plan . 3.1.3 Instruction: Provide on site instruction of appropriate separation, handling, and recycling, salvage, reuse, composting and return methods being used for the project to Subcontractor ’s at appropriate stages of the project. 3.1.4 Separation Facilities:NOT Lay out and label a specific area to facilitate separation of materials for potential recycling, salvage, reuse, composting and return: .16 Recycling and waste bin areas are to be kept neat and clean and VIEWINGclearly marked in order to avoid contamination of materials. .17 Hazardous wastes shall be separated, stored, and disposed of in DOaccordance with local regulations. 3.1.5 Progressive Documentation: Submit a monthly summary of waste generated by the project to ensure that waste diversion goals are on track with project requirements:

114 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 6 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

.18 Submission of waste summary can coincide with application for progress payment, or similar milestone event as agreed upon between the Owner, Contractor and Consultant/The City Representative . .19 Monthly waste summary shall contain the following information: .1 The amount in tonnes or m3and location of material landfilled, .2 The amount in tonnes or m3and location of materials diverted from landfill, and .3 Indication of progress based on total waste generated by the project with materials diverted from landfill as a percentage. 3.2 SUBCONTRACTOR’S RESPONSIBILITY ONLY 3.2.1 Subcontractors shall cooperate fully with the Contractor to implement the CWM Plan . 3.2.2 Failure to cooperate may result in the Owner not achieving their environmental goals, and may result in penalties being assessed by the Contractor to the responsible Subcontractor ’s.

3.3 SAMPLE CONSTRUCTION WASTE MANAGEMENT FORMS 3.3.1 Sample waste tracking form below can be used by the Contractor to establish their own forms for recordingCOPY management of construction waste: 3.3.2 SAMPLE [WASTE MANAGEMENT FORM] Material Stream Diverted Total Units Waste by SUBMIT Report Date Sept Oct Nov Dec Material Streams Plastic 1.25 2.5 10 5 18.75 m3 Contributing to Credit NOT Carpet 2.5 2.5 2.5 0 7.5 m3 Paper/Cardboard 5 2.5 2.5 5 15 m3

VIEWING 3 Clean Wood 0 25 0 1.25 26.25 m Metal DO1.25 2.5 5.5 7 16.25 m3 Gypsum Board 2.5 2.5 4 5 14 m3 Brick/Concrete 10.5 2.5 5.5 8.75 27.25 m3

115 of 306 City of Toronto Waste Management Section 01 74 21 Centennial Park Stadium Building - and Disposal Page 7 of 7 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Asphalt Shingles 10 0 0 0 10 m3 Total Diverted 135 m3 Waste Material Streams Landfill 10.75 7.5 15 10 43.25 m3 not Contributing to Credit Screen Fines 5 1.25 0 2.5 8.75 m3 (ADC) 150 mm Minus 1.25 1.25 5 5.5 13 m3 ONLY (ADC

Total 65 m3 Landfill/ADC Waste Total Waste 200 m3 COPY Percent Diverted 67.5 % SUBMIT

End of Section NOT VIEWING DO

116 of 306 City of Toronto Project Closeout Section 01 77 00 Centennial Park Stadium Building - Page 1 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Reference Standard

1.1.1 Comply with provisions of OAA, OGCA Document No. 100, “Take-Over Procedures" except as modified in these Specifications.

1.2 Operating and Maintenance Manuals

1.2.1 Refer to Section 01 11 00 – Summary of Work

1.2.2 Provide operation and maintenance manuals. ONLY

1.2.3 Provide operating and maintenance data, prepared on 8-1/2" × 11" sheets in printed or type-written form.

1.2.4 Provide the following materials as applicable to work of this Contract:

1.2.4.1 Complete list of products used in the work showing product name, part number or code and manufacturer for each listing; follow specification format. 1.2.4.2 Brochures, cuts of all equipmentCOPY and fixtures. 1.2.4.3 Operating and maintenance instructions for all equipment. 1.2.4.4 Valve manual SUBMIT 1.2.4.5 Controls schematics

1.2.4.6 Extended warranties

1.2.4.7 Other data required elsewhere in Contract Documents or deemed necessary by Consultant. 1.3 Warranties NOT 1.3.1 Definition: Warranty = guarantee VIEWING1.3.2 Submission Requirements: 1.3.2.1 Submit extended warranties as part of "Operating and Maintenance Manuals".DO 1.3.2.2 Each warranty must show: 1.3.2.2.1 Name and address of Project

1.3.2.2.2 Name of the Owner 117 of 306 City of Toronto Project Closeout Section 01 77 00 Centennial Park Stadium Building - Page 2 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.3.2.2.3 Section Number and Title

1.3.2.3 All warranties must be presented under Contractor's letterhead, seal and signature and must bear similar wording to that specified in Contract Documents.

1.3.2.4 Submit manufacturers' Product warranties.

1.4 Record Drawings

1.4.1 Prior to Substantial Performance obtain a CAD file of all Contract Drawings from Consultant and transfer changes, revisions, deletions and additions made throughout the execution of the Work, from the set of printsONLY kept on site to the CAD file.

1.4.2 Clearly and prominently mark each drawing "RECORD DRAWING prepared by (name of Contractor)”

1.5 Certificates of Compliance

1.5.1 Submit Certificates of Compliance, prior to the application for Substantial Performance, where requested. 1.5.2 An affidavit relative to the use COPYof lead-free solder for all domestic water lines, regardless of location.

1.5.3 Products for which Material Safety Data Sheets have been submitted and accepted. SUBMIT 1.5.4 Other Work / Products identified in the Contract Documents as requiring a Certificate of Compliance.

1.5.5 Each Certificate of Compliance shall indicate names and addresses of the project, the Owner, the date of issue, product description including name, number, manufacturer, with a statement verifying that the Work / Product installed meets specifiNOTed requirements and, if applicable, complies with the submitted and accepted Material Safety Data Sheets.

1.5.6 Each Certificate of Compliance shall be issued on the subcontractor's letterhead, VIEWINGproperly executed, under whose work the respective Work / Product has been provided.

1.5.7 EachDO Certificate of Compliance shall be endorsed by the Contractor with his authorized stamp / signature. 1.5.8 Ensure that submissions are made to allow sufficient time for review without delaying progress of scheduled completion.

118 of 306 City of Toronto Project Closeout Section 01 77 00 Centennial Park Stadium Building - Page 3 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.5.9 The Completion Security Account will not be paid to the Contractor without submission of all required affidavits and requested material and safety data sheets.

1.5.10 Potable water network shall meet all regulations and Canada Labour code specific to domestic water quality.

1.6 Operating and Maintenance Instructions

1.6.1 Prior to requesting Substantial Performance, at a time acceptable to the Owner and Consultant, but not before operating and maintenance data has been reviewed and accepted by Consultant, instruct designated Owner’s representatives in the operation and maintenance of each ONLYdoor's operation systems and equipment.

1.6.2 Arrange training sessions for each type of operating system and equipment. Sessions shall be conducted by qualified instructors and shall be of sufficient duration and depth to adequately instruct participants.

1.6.3 Throughout the training sessions make reference to reviewed operation and maintenance manuals to familiarize participants with the data provided.

1.6.4 Prepare an attendance record for each training session, to be signed by each participant upon conclusion of COPYsession. Show date and time of session, subject of session and name, title and organization of each participant. Submit a copy of each record to Consultant.

1.6.5 Subcontractor whose work is subject of trainingSUBMIT session and Contractor shall be represented during training session by qualified personnel.

1.7 Systems Demonstration

1.7.1 Prior to final inspection, demonstrate operation of each system to Owner and Consultant. 1.7.2 Instruct personnel in NOToperation, adjustment, and maintenance of equipment and systems, using provided operation and maintenance data as the basis for instruction. VIEWING1.7.3 Include specific system demonstration instructions in all sections of the specifications.DO 1.8 Inspection and Acceptance of Work 1.8.1 Prior to application for certificate of Substantial Performance, carefully inspect the Work and ensure it is complete, that major and minor construction deficiencies are complete, defects are corrected and the building is clean and in condition for occupancy. Notify the Consultant in writing, of satisfactory 119 of 306 City of Toronto Project Closeout Section 01 77 00 Centennial Park Stadium Building - Page 4 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

completion of the Work. If Consultant agrees that this stage has been reached, prepare a complete list of deficiencies and submit this list to Consultant.

1.8.2 On receipt of the above deficiency list in a satisfactory form, the Consultant, accompanied by Sub- consultants, the Contractor and the Owner, if deemed necessary, will carry out an inspection of the Project.

1.8.3 Add to the deficiency list, in accordance with Consultant's directions, any additional deficiencies which are identified during inspection and reissue updated deficiency list.

1.8.4 When the Consultant considers deficiencies and defects have been corrected and it appears requirements of the Contract haveONLY been performed, and all required documents requested have been submitted and accepted, such as maintenance manuals, inspection certificates, acceptance certificates, etc., make application for certificate of Substantial Performance.

1.9 Final Submission

1.9.1 Prior to claiming Final Payment do the following:

1.9.1.1 Submit record drawings 1.9.1.1.1 Submit one complete set ofCOPY reviewed shop drawings, folded to 8-1/2" × 11" size, contained in heavy duty manila envelopes, numbered and labelled.

1.9.1.1.2 Submit one CD of record drawings and maintenance manuals and all instructions suitably labelled with projectSUBMIT name and locations. 1.9.1.1.3 Submit a final accounting of all approved changes to the Contract Price, including adjustments to cash allowances. End of Section NOT VIEWING DO

120 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 1 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Requirements

1.1.1 01 77 00 – Project Closeout

1.2 References

1.2.1 Not used 1.3 Administrative Requirements ONLY 1.3.1 Pre-warranty Meeting:

1.3.1.1 Convene meeting one week prior to contract completion with contractor's representative and Owner’s representative to:

1.3.1.1.1 Verify Project requirements.

1.3.1.1.2 Review manufacturer's installation instructions and warranty requirements. 1.3.1.2 Consultant to establish communicationCOPY procedures to: 1.3.1.2.1 Notify construction warranty defects. 1.3.1.2.2 Determine priorities for type of defects.SUBMIT 1.3.1.2.3 Determine reasonable response time.

1.3.2 Contact information for bonded and licensed company for warranty work action: provide name, telephone number and address of company authorized for construction warranty work action.

1.3.3 Ensure contact is located within local service area of warranted construction, is continuously available,NOT and is responsive to inquiries for warranty work action. 1.4 Action and Informational Submittals VIEWING1.4.1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures. 1.4.2 Two weeks prior to Substantial Performance of the Work, submit to the Owner’s RepresentativDOe three (3) final copies of operating and maintenance manuals in English. 1.4.3 Provide spare parts, maintenance materials and special tools of same quality and manufacture as products provided in Work.

121 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 2 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.4 Provide evidence, if requested, for type, source and quality of products supplied.

1.5 Format

1.5.1 Organize data as instructional manual.

1.5.2 Binders: vinyl, hard covered, 3 'D' ring, loose leaf 219 × 279 mm with spine and face pockets.

1.5.3 When multiple binders are used correlate data into related consistent groupings. 1.5.3.1 Identify contents of each binder on spine. ONLY 1.5.4 Cover: identify each binder with type or printed title 'Project Record Documents'; list title of project and identify subject matter of contents.

1.5.5 Arrange content by [systems], [process flow] under Section numbers and sequence of Table of Contents.

1.5.6 Provide tabbed fly leaf for each separate product and system, with typed description of product and major component parts of equipment. 1.5.7 Text: manufacturer's printed dataCOPY, or typewritten data. 1.5.8 Drawings: provide with reinforced punched binder tab. 1.5.8.1 Bind in with text; fold larger drawings toSUBMIT size of text pages. 1.5.9 Provide scaled CAD files in dwg format on CD.

1.6 Contents Project Record Documents

1.6.1 Table of Contents for Each Volume: provide title of project;

1.6.1.1 Date of submission, names. 1.6.1.2 Addresses and telephoneNOT numbers of Consultant and Contractor and suppliers with name of responsible parties. VIEWING1.6.1.3 Schedule of products and systems, indexed to content of volume. 1.6.2 For eachDO product or system: 1.6.2.1 List names, addresses and telephone numbers of subcontractors and suppliers, including local source of supplies and replacement parts. 1.6.3 Product Data: mark each sheet to identify specific products and component parts, and data applicable to installation; delete inapplicable information.

122 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 3 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.6.4 Drawings: supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams.

1.7 As-Built Documents and Samples

1.7.1 Maintain, in addition to requirements in General Conditions, at site for the Owner’s Representative one record copy of:

1.7.1.1 Contract Drawings

1.7.1.2 Specifications 1.7.1.3 Addenda ONLY 1.7.1.4 Change Orders and other modifications to Contract.

1.7.1.5 Reviewed shop drawings, product data, and samples.

1.7.1.6 Field test records

1.7.1.7 Inspection certificates 1.7.1.8 Manufacturer's certificates COPY 1.7.2 Store record documents and samples in field office apart from documents used for construction. 1.7.2.1 Provide files, racks, and secure storage.SUBMIT 1.7.3 Label record documents and file in accordance with Section number listings in List of Contents of this Project Manual.

1.7.3.1 Label each document "PROJECT RECORD" in neat, large, printed letters.

1.7.4 Maintain record documents in clean, dry and legible condition. 1.7.4.1 Do not use recordNOT documents for construction purposes. 1.7.5 Keep record documents and samples available for inspection by Consultant. VIEWING1.8 Recording Information on Project Record Documents 1.8.1 RecordDO information on set of blue line opaque drawings, and in copy of Project Manual. 1.8.2 Use felt tip marking pens, maintaining separate colours for each major system, for recording information.

1.8.3 Record information concurrently with construction progress.

123 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 4 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.8.3.1 Do not conceal Work until required information is recorded.

1.8.4 Contract Drawings and shop drawings: mark each item to record actual construction, including:

1.8.4.1 Measured depths of elements of foundation in relation to finish first floor datum.

1.8.4.2 Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements.

1.8.4.3 Measured locations of internal utilities and appurtenances, referenced to visible and accessible features of construction. ONLY 1.8.4.4 Field changes of dimension and detail.

1.8.4.5 Changes made by change orders.

1.8.4.6 Details not on original Contract Drawings.

1.8.4.7 References to related shop drawings and modifications. 1.8.5 Specifications: mark each itemCOPY to record actual construction, including: 1.8.5.1 Manufacturer, trade name, and catalogue number of each product actually installed, particularly optional items and substitute items. 1.8.5.2 Changes made by Addenda and changeSUBMIT orders. 1.8.6 Other Documents: maintain manufacturer's certifications, inspection certifications, and field test records required by individual specifications sections.

1.8.7 Provide digital photos, if requested, for site records.

1.9 Equipment and Systems 1.9.1 For each item of equipmentNOT and each syst em include description of unit or system, and component parts. VIEWING1.9.1.1 Give function, normal operation characteristics and limiting conditions. 1.9.1.2 Include performance curves, with engineering data and tests, and complete nomenDOclature and commercial number of replaceable parts. 1.9.2 Panel board circuit directories: provide electrical service characteristics, controls, and communications.

1.9.3 Include installed colour coded wiring diagrams.

124 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 5 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.9.4 Operating Procedures: include start up, break in, and routine normal operating instructions and sequences.

1.9.4.1 Include regulation, control, stopping, shut down, and emergency instructions.

1.9.4.2 Include summer, winter, and any special operating instructions.

1.9.5 Maintenance Requirements: include routine procedures and guide for trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. 1.9.6 Provide servicing and lubrication schedule, and list of lubricantsONLY required. 1.9.7 Include manufacturer's printed operation and maintenance instructions.

1.9.8 Include sequence of operation by controls manufacturer.

1.9.9 Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

1.9.10 Provide installed control diagrams by controls manufacturer.

1.9.11 Provide Contractor's co-ordination drawings, with installed colour coded piping diagrams. COPY 1.9.12 Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintainedSUBMIT in storage. 1.9.13 Additional requirements: as specified in individual specification sections.

1.10 Materials and Finishes

1.10.1 Building products, applied materials, and finishes: include product data, with catalogue number, size, composition, and colour and texture designations. 1.10.1.1 Provide informationNOT for re ordering custom manufactured products 1.10.1.2 Instructions for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and VIEWINGmaintenance. 1.10.2 Moisture protection and weather exposed products: include manufacturer's recommendationsDO for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. 1.10.3 Additional requirements: as specified in individual specifications sections.

1.11 Maintenance Materials 125 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 6 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.11.1 Spare Parts:

1.11.1.1 Provide spare parts, in quantities specified in individual specification sections.

1.11.1.2 Provide items of same manufacture and quality as items in Work.

1.11.1.3 Deliver to site; place and store.

1.11.1.4 Receive and catalogue items.

1.11.1.4.1 Submit inventory listing to Owner’s representative. 1.11.1.4.2 Include approved listings in Maintenance Manual. ONLY 1.11.1.5 Obtain receipt for delivered products and submit prior to final payment.

1.11.2 Extra Stock Materials:

1.11.2.1 Provide maintenance and extra materials, in quantities specified in individual specification sections.

1.11.2.2 Provide items of same manufacture and quality as items in Work. 1.11.2.3 Deliver to site; place and store.COPY 1.11.2.4 Receive and catalogue items. 1.11.2.4.1 Submit inventory listing to Owner’s representative.SUBMIT 1.11.2.4.2 Include approved listings in Maintenance Manual.

1.11.2.5 Obtain receipt for delivered products and submit prior to final payment.

1.11.3 Special Tools: 1.11.3.1 Provide special tools,NOT in quantities specified in individual specification section. 1.11.3.2 Provide items with tags identifying their associated function and equipment.

1.11.3.3 Deliver to [site] [location as directed]; place and store.

VIEWING1.11.3.4 Receive and catalogue items. 1.11.3.4.1 SubmitDO inventory listing to Owner’s representative. 1.11.3.4 .2 Include approved listings in Maintenance Manual. 1.12 Delivery, Storage and Handling

126 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 7 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.12.1 Store spare parts, maintenance materials, and special tools in manner to prevent damage or deterioration.

1.12.2 Store in original and undamaged condition with manufacturer's seal and labels intact.

1.12.3 Store components subject to damage from weather in weatherproof enclosures.

1.12.4 Store paints and freezable materials in a heated and ventilated room.

1.12.5 Remove and replace damaged products at own expense and for review by Owner’s representative. ONLY 1.13 Warranties and Bonds

1.13.1 Develop warranty management plan to contain information relevant to Warranties.

1.13.2 Submit warranty management plan, 30 days before planned pre-warranty conference, to Owner’s representative approval.

1.13.3 Warranty management plan to include required actions and documents to assure that Owner’s representative receivesCOPY warranties to which it is entitled. 1.13.4 Provide plan in narrative form and contain sufficient detail to make it suitable for use by future maintenance and repair personnel. 1.13.5 Submit, warranty information made availableSUBMIT during construction phase, to Owner’s representative for approval prior to each monthly pay estimate.

1.13.6 Assemble approved information in binder, submit upon acceptance of work and organize binder as follows:

1.13.6.1 Separate each warranty or bond with index tab sheets keyed to Table of Contents listing.

1.13.6.2 List subcontractor,NOT supplier, and manufacturer , with name, address, and telephone number of responsible principal.

1.13.6.3 Obtain warranties and bonds, executed in duplicate by subcontractors, VIEWINGsuppliers, and manufacturers, within ten days after completion of applicable itemDO of work. 1.13.6.4 Verify that documents are in proper form, contain full information, and are notarized. 1.13.6.5 Co-execute submittals when required.

1.13.6.6 Retain warranties and bonds until time specified for submittal. 127 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 8 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.13.7 Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Performance is determined.

1.13.8 Conduct joint 4 month and 9 month warranty inspection, measured from time of acceptance, by Owner’s representative.

1.13.9 Include information contained in warranty management plan as follows:

1.13.9.1 Roles and responsibilities of personnel associated with warranty process, including points of contact and telephone numbers within the organizations of Contractors, subcontractors, manufacturers or suppliers involved. 1.13.9.2 Provide list for each warranted equipment, item, featureONLY of construction or system indicating:

1.13.9.2.1 Name of item

1.13.9.2.2 Model and serial numbers.

1.13.9.2.3 Location where installed.

1.13.9.2.4 Name and phone numbers of manufacturers or suppliers. 1.13.9.2.5 Names, addresses and telephoneCOPY numbers of sources of spare parts. 1.13.9.2 .6 Warranties and terms of warranty: include one-year overall warranty of construction. Indicate items that have extended warranties and show separate warranty expiration dates. SUBMIT 1.13.9.2.7 Cross-reference to warranty certificates as applicable.

1.13.9.2.8 Starting point and duration of warranty period.

1.13.9.2.9 Summary of maintenance procedures required to continue warranty in force.

1.13.9.2.10 Cross-Reference to specific pertinent Operation and Maintenance manuals. NOT 1.13.9.2.11 Organization, names and phone numbers of persons to call for warranty VIEWINGservice. 1.13.9.2.12 Typical response time and repair time expected for various warranted equipment.DO 1.13.9.3 Contractor's plans for attendance at 9 and 9 month post-construction warranty inspections.

1.13.9.4 Procedure and status of tagging of equipment covered by extended warranties.

128 of 306 City of Toronto Closeout Submittals Section 01 78 00 Centennial Park Stadium Building - Page 9 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.13.9.5 Post copies of instructions near selected pieces of equipment where operation is critical for warranty and/or safety reasons.

1.13.10 Respond in timely manner to oral or written notification of required construction warranty repair work.

1.13.11 Written verification to follow oral instructions.

1.13.11.1 Failure to respond will be cause for the Owner’s representative to proceed with action against Contractor. 1.14 Warranty Tags ONLY 1.14.1 Tag, at time of installation, each warranted item. Provide durable, oil and water resistant tag approved by Owner’s representative.

1.14.2 Attach tags with copper wire and spray with waterproof silicone coating.

1.14.3 Leave date of acceptance until project is accepted for occupancy.

1.14.4 Indicate following information on tag: 1.14.4.1 Type of product/material COPY 1.14.4.2 Model number 1.14.4.3 Serial number SUBMIT 1.14.4.4 Contract number

1.14.4.5 Warranty period

1.14.4.6 Inspector's signature

1.14.4.7 Construction Contractor NOTEnd of Section VIEWING DO

129 of 306 City of Toronto Demolition for Minor Section 02 41 99 Centennial Park Stadium Building - Works Page 1 of 3 State of Good repair 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Related Requirements 1.1.1. Not used.

1.2 References 1.2.1. CSA International CSA S350-R2003, Code of Practice for Safety in Demolition of Structures. 1.2.2. National Building Code of Canada (NBC), Part 8 – Safety Measures at Construction and Demolition Sites (2005) and local authority having jurisdiction.ONLY

1.3 Action and Informational Submittals 1.3.1. Submit in accordance with Section 01 33 00 1.3.2. Submit demolition drawings: 1. Submit for review and approval by Consultant shoring and underpinning drawings stamped and signed by professional engineer registered or licensed in the Province of Ontario Canada, showing proposed method.

1.4 Site Conditions COPY 1.4.1. Review "Designated Substance Report" and take precautions to protect environment. 1.4.2. If material resembling spray or trowel-applied asbestos or other designated substance listed as hazardous be encountered, stopSUBMIT work, take preventative measures, and notify Consultant immediately. 1. Proceed only after receipt of written instructions has been received from Consultant. 1.4.3. Notify Consultant before disrupting building access or services. 2.0 Products NOT 2.1 Not used VIEWING2.1.1. Not used. 3.0 ExecutionDO 3.1 Examination 3.1.1. Inspect building and site with Consultant and verify extent and location of items designated for removal, disposal, alternative disposal, recycling, salvage and items to remain. 3.1.2. Locate and protect utilities. Preserve active utilities traversing site in operating 130 of 306 City of Toronto Demolition for Minor Section 02 41 99 Centennial Park Stadium Building - Works Page 2 of 3 State of Good repair 56 Centennial Park Rd, Etobicoke

condition. 3.1.3. Notify and obtain approval of utility companies before starting demolition. 3.1.4. Disconnect, cap, plug or divert, as required, existing public utilities within the property where they interfere with the execution of the work, in conformity with the requirements of the authorities having jurisdiction. Mark the location of these and previously capped or plugged services on the site and indicate location (horizontal and vertical) on the record drawings. Support, shore up and maintain pipes and conduits encountered. 1. Immediately notify Consultant and utility company concerned in case of damage to any utility or service, designated to remain in place. 2. Immediately notify the Consultant should uncharted utility or service be encountered, and await instruction in writing regardingONLY remedial action.

3.2 Preparation 3.2.1. Temporary Erosion and Sedimentation Control: 1. Provide temporary sedimentation control measures to prevent discharge of debris-bearing water runoff or airborne dust to adjacent properties, walkways and onsite storm drains, according to: requirements of authorities having jurisdiction. 2. Inspect, repair, and maintain sedimentation control measures during demolition. COPY 3. Remove sedimentation controls and restore and stabilize areas disturbed during removal after completion of demolition work. 3.2.2. Protection of In-Place Conditions: SUBMIT 1. Prevent movement, settlement, or damage to adjacent structures, utilities, landscaping features and parts of building to remain in place. Provide bracing and shoring required. 2. Keep noise, dust, and inconvenience to occupants to minimum. 3. Protect building systems, services and equipment. 4. Provide temporaryNOT dust screens, covers, railings, supports and other protection as required. 3.2.3. Demolition/Removal: VIEWING1. Remove items as per drawings and as required to perform the work. 3.2.4. Remove parts of existing structure to permit new construction. 3.2.5. TrimDO edges of partially demolished building elements to tolerances as defined by Consultant to suit future use. 3.3 Cleaning 3.3.1. Progress Cleaning: clean in accordance with Section 01 74 00

131 of 306 City of Toronto Demolition for Minor Section 02 41 99 Centennial Park Stadium Building - Works Page 3 of 3 State of Good repair 56 Centennial Park Rd, Etobicoke

1. Leave Work area clean at end of each day. 2. Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 00

END OF SECTION

ONLY

COPY SUBMIT

NOT VIEWING DO

132 of 306 City of Toronto Concrete Forming and Section 03 10 00 Centennial Park Stadium Building - Accessories Page 1 of 3 State of Good repair 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Description 1.1.1. The work described in this Section consists of the supply and installation of concrete formwork.

1.2 Related Work Specified Elsewhere 1.2.1. Section 03 30 00 – Cast-in-Place Concrete

1.3 Standards Codes and Acts ONLY 1.3.1. Conform with the requirements of the Ontario Building Code, latest edition, and the following: 1.3.2. CAN/CSA-A23.1- Concrete Materials and Methods of Concrete Construction, Canadian Standards Association. 1.3.3. CAN/CAS-086.1- Engineering Design in Wood (Limit States Design), Canadian Standards Association. 1.3.4. Where there are differences between the specifications, codes standards or acts, the most stringent shall govern. COPY 1.4 Tolerances 1.4.1. Perform forming operations and place hardware so that finished concrete will be within the tolerances set out in CAN/CAS-A23.1SUBMIT as listed below: 1.4.2. These tolerances are acceptable with regard to visual and structural requirements. Interfacing tolerances may not be compatible with the above. Review and coordinate interfacing tolerances so that the various elements come together properly.

1.5 Design of Forms and Reshoring 1.5.1. Design forms and shoring to safely support vertical and lateral loads until they can be supported by the structure.NOT 1.5.2. Design formwork for loads and lateral pressures recommended in ACI 347. Wood VIEWINGdesign to conform to CAN/CAS-086.1. 2.0 Products

2.1 MaterialsDO 2.1.1. F orms: 2.1.2. Formwork lumber: plywood and wood formwork materials to CAN/CAS-A23.1.

133 of 306 City of Toronto Concrete Forming and Section 03 10 00 Centennial Park Stadium Building - Accessories Page 2 of 3 State of Good repair 56 Centennial Park Rd, Etobicoke

3.0 Execution

3.1 Quality Control 3.1.1. Provide a system of quality control to ensure that the minimum standards specified herein are attained. 3.1.2. Bring to the attention of Consultant any defects in the work or departure from the Contract Documents which may occur during Construction. The Consultant will decide upon corrective action and state his recommendations in writing.

3.2 Notification 3.2.1. Prior to commencing significant segments of the work,ONLY give the Consultant and independent inspection and testing agencies appropriate notification so as to afford them reasonable opportunity to review the work. Failure to meet this requirement may be cause for the Consultant to classify the work as defective.

3.3 Construction Review 3.3.1. The Consultant’s general review during construction and inspection and testing by independent inspection and testing agencies reporting to the consultant are both undertake the Contractor’s performance and shall in no way augment the contractor’s quality control or relieve him ofCOPY contractual responsibility. 3.4 Defective Materials and Workmanship 3.4.1. Where factual evidence exists that defective workmanship has occurred or that work has been carried out incorporating defectiveSUBMIT materials, the Consultant may have tests, inspections or surveys performed, analytical calculation of structural strength made, and the like, in order to help determine whether the work must be replaced. Tests, inspections or surveys carried out under these circumstances will be made at the Contractor’s expense, regardless of their results, which may be such that, in the Consultant’s opinion, the work may be acceptable. 3.4.2. All testing shall be conducted in accordance with the requirements of the Ontario Building Code, except where this would in the consultant’s opinion cause undue delay or give results not representativeNOT of the rejected material in place. In this case, these tests shall be conducted in accordance with the standards given by the Consultant. 3.4.3. Materials or workmanship which fails to meet specified requirements may be rejected VIEWINGby the Consultant whenever found at any time prior to final acceptance of the work regardless of previous inspection. If rejected, defective materials or work incorporatingDO defective materials or workmanship shall be promptly removed and replace or repaired to the satisfaction of the Consultant. 3.5 Forms 3.5.1. General 3.5.2. Design, erect, support, brace and maintain formwork to safely support vertical and 134 of 306 City of Toronto Concrete Forming and Section 03 10 00 Centennial Park Stadium Building - Accessories Page 3 of 3 State of Good repair 56 Centennial Park Rd, Etobicoke

lateral loads until they can be supported by the structure. 3.5.3. Where necessary ensure licensed professional engineer to design all shoring and forming systems. 3.5.4. Construction 3.5.5. Form footing sides unless footings are shown to be placed against undisturbed soil. 3.5.6. Set anchor bolts, templates, steel connection units or other inserts into the forms and secure them rigidly so that they do not become displaced during concreting. Set and secure these items to the tolerances specified and required in the appropriate Sections. 3.5.7. Sleeves, Chases and Formed Openings ONLY 3.5.8. All openings, sleeves, recesses are not necessarily shown on the structural drawings nor are their sizes or locations shown. Refer to architectural, mechanical and electrical drawings for openings and sleeving requirements not show, located and dimensioned on the structural drawings. 3.5.9. No sleeves, chases and openings through structural members shall be formed without the Consultant’s approval. 3.5.10. Where pipes or services pass throng walls or slabs, from the openings by an approved sleeve or form as necessary, except where such openings are specified to be formed or sleeved by the appropriate COPYtrade. Form chases or recesses as shown or required. 3.6 Construction Joints 3.6.1. Obtain approval from the Consultant for location and details of construction joints not shown SUBMIT

End of Section NOT VIEWING DO

135 of 306 City of Toronto Concrete Reinforcement Section 03 21 00 Centennial Park Stadium Building - Page 1 of 1 State of Good repair 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 General Requirements 1.1.1. Read and conform to General Requirements Division 01, which applies to and forms part of the work.

1.2 Scope 1.2.1. Provide all materials, labour and equipment as necessary to complete the concrete reinforcement work as shown on the drawings and described herein. Coordinate work with all other sections and trades. ONLY 1.3 Related Work 1.3.1. Work performed by other Sections which is related and to be coordinated with this Section is specified in: 1.3.2. Section 03 30 00 – Cast-in-Place Concrete

2.0 Products 2.1 Reinforcements COPY 2.1.1. New deformed reinforcing steel bars shall conform to CSA G30.12, grade 400. 2.1.2. For concrete paving, pads, sidewalks, and curbs use 12 mm synthetic fibres, unless noted otherwise on Contract Drawings. SUBMIT 3.0 Execution

3.1 Fabrication 3.1.1. Fabrication shall conform to CSA A23.1.

3.2 Placement 3.2.1. Tie intersecting barsNOT with plastic coated tie wire. 3.2.2. Spacers and supports shall be non-staining type. VIEWING3.2.3. Placement for rebar shall conform to CSA A23.1 in all respects.

DO End of Section

136 of 306 City of Toronto Section 03 30 00 Centennial Park Stadium Building - Cast-in-Place Concrete Page 1 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 General Requirements 1.1.1. Read and conform to General Requirements Division, which applies to and forms part of the work.

1.2 Scope 1.2.1. Provide all materials, labour and equipment as necessary to complete the concrete work as shown on the drawings and described herein including supply and placement of all concrete materials, reinforcement, formwork, protection,ONLY finishing and curing. 1.2.2. Co-ordinate work with all other sections and trades.

1.3 Standards and References 1.3.1. Except where modified by the plans and/or the specifications, all concrete and reinforcing steel work shall conform to the current editions of CSA Standard CAN-A23.1-M and RSIO - Reinforcing Steel Manual of Standard Practice and all referenced standards and publications therein.

2.0 Products COPY

2.1 Cement 2.1.1. Cement shall be normal Portland cementSUBMIT (Type 10) conforming to CSA Standard CAN3-A5-M.

2.2 Water 2.2.1. Mixing water shall be from a municipal supply, clear and free from deleterious substances and salts causing efflorescence. 2.3 Aggregate NOT 2.3.1. Fine Aggregate: Natural sand conforming to CSA Standard CAN-A23.1-M90. 2.3.2. Coarse Aggregate: Crushed stone or gravel, 20 mm maximum size, conforming to VIEWINGCSA Standard CAN-A23.1-M. Maximum size of coarse aggregate for concrete delaminationDO repairs to be 10 mm unless specified otherwise. 2.4 Air – Entraining Admixture 2.4.1. A ir-entraining admixture shall conform to the requirements of CSA Standard CAN3-A266.1-M.

137 of 306 City of Toronto Section 03 30 00 Centennial Park Stadium Building - Cast-in-Place Concrete Page 2 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.5 Water Reducing Admixture 2.5.1. Water-reducing admixture shall conform to the requirements of CSA Standard CAN3-A266-M and shall be non-retarding Type WN.

2.6 Formwork 2.6.1. Plywood and formwork materials shall conform to CAN-A23.1-M and associated references thereto. 2.6.2. For surfaces that are exposed to view, use new overlaid plywood, or steel forms.

2.7 Reinforcement ONLY 2.7.1. New deformed reinforcing steel bars shall conform to CSA Standard G30.12-M., Grade 400. 2.7.2. Welded wire fabric shall conform to CSA Standard G30.5-M.

2.8 Curing Compound 2.8.1. Curing compound shall be a resin based, white pigmented (Type 2) curing compound conforming to the requirements of ASTM Standard D1309 and CGSB Standard 90-GP-1a. The compound shall not react deleteriously with Portland cement concrete and it shall be compatible withCOPY and not impair the bond of any material to be laid over it. It shall be applied as directed by the manufacturer.

2.9 Other Materials and Products SUBMIT 2.9.1. All other materials and products shall be supplied, to the extent as listed, in accordance with the current edition of the Designated Sources for Materials as published by the Ministry of Transportation of Ontario.

2.10 Ready Mix Concrete 2.10.1. Ready Mix ConcreteNOT Operation shall have: 1. Materials meeting the requirements in Contract Drawings 2. A batching plant with facilities for handling, stockpiling, storage, and measurement of materials meeting the requirements of this specification. VIEWINGVolume batching will not be permitted under any circumstances. 3. Mixing equipment for central mixed plants and/or mixing trucks that meet the DOrequirements of this specification. 4. Agitating trucks for delivery of the concrete that meet the requirements of this section. 5. An approved concrete mix design for each class of concrete required in the work.

138 of 306 City of Toronto Section 03 30 00 Centennial Park Stadium Building - Cast-in-Place Concrete Page 3 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

6. Be able to demonstrate an ability to consistently produce, deliver and discharge concrete of the required quality, and at the required rate for the work. 7. In addition, each Approved Ready Mixed Concrete Operation shall have the facilities and equipment needed to take standard concrete test cylinders, to determine moisture content and gradation of aggregates, and to determine the slump, unit mass, air content, and temperature of the concrete mix. 8. Each plant shall carry out and record sufficient quality control tests on the concrete materials, the plastic concrete, and the hardened concrete so as to ensure that concrete of the specified quality is delivered to the work. 2.10.2. Delivery of Ready Mix Concrete ONLY 1. After completion of mixing, concrete shall be transported to the site by means of agitating or mixing trucks. The equipment shall be operated at the speed of rotation designated by the Manufacturer of the truck as the agitating speed. 2.10.3. The concrete shall be delivered to the site, without segregation, in a thoroughly mixed and uniform mass. 2.10.4. When concrete is transported to the site by means of agitating or mixing equipment, discharge of the concrete shall be completed within 1.5 hours after introduction of the mixing water to the cement and aggregates. 1. Where the temperatureCOPY of the concrete exceeds 27°C, the time shall not be greater than 1 hour. 2.10.5. Control of Slump and Air Content 1. When a truck mixer or agitator is usedSUBMIT for mixing or delivery of the concrete, no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water to the batch except when, at the start of discharge, the measured slump of the concrete is less than that specified. In this case water may be added so as to obtain the specified slump. Water shall not be added to the batch at any later time. 2. Air entraining admixture may be added to the mixed concrete prior to discharge to increase the measured air content to the specified amount. The use of detraining admixturesNOT to lower the air content of concrete is prohibited. 3. When additional water or air entraining admixture is added to the concrete, the batch shall be mixed for an additional 30 revolutions at the designated mixing VIEWINGspeed, or more if necessary, so that the uniformity requirements of the concrete are achieved. 4.DO Adjustments to the slump and air content of the concrete, by the addition of water and air entraining admixture, are the responsibility of, and shall be made by, the Contractor.

139 of 306 City of Toronto Section 03 30 00 Centennial Park Stadium Building - Cast-in-Place Concrete Page 4 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.0 Execution

3.1 Formwork and Reinforcing 3.1.1. Install formwork plumb and suitably braced to prevent movement during placing of concrete. Seal all joints to prevent seepage. 3.1.2. Place reinforcing with correct spacing and coverage using plastic support chairs, and other necessary accessories. Steel support chairs are not permitted.

3.2 Temperature Control 3.2.1. Temperatures referred to are ambient air temperatures inONLY the shade. 1. Extreme rapid or severe drying conditions are those conditions when the rate of evaporation of surface moisture from the concrete exceeds 0.7 kg/m2/hr. 2. Insulation materials mean wood fibre, mineral wool, glass fibre, plastic foam or other suitable material, having a thermal conductivity (k) not exceeding 0.038W/M/1°C per 25 mm. of thickness. 3. Cold weather means those conditions when the air temperature is at or below 5°C or when the air temperature is likely to fall below 5°C within 24 hours. 4. Hot weather means those conditions when the air temperature is at or above 27°C or when the air temperatureCOPY is likely to rise above 27°C within 24 hours. 3.2.2. Cold Weather Concreting: 1. When cold weather concreting is carriedSUBMIT out a. Provide temporary plant and equipment for heating concrete materials and forms. Protect, insulate and maintain the proper temperature and humidity of the concrete during curing in compliance with CSA Standard CAN3-A23.1-M90. b. Equipment shall be available, installed and tested ready for use at least one week before it is proposed to produce heated concrete. c. Where the specified concrete temperature is achieved by pre-heating, the concreteNOT materials before batching shall not exceed 65°C. d. Water over 40°C shall not be brought into direct contact with the cement. e. Frozen lumps of aggregate shall not be added to the concrete. The method of heating aggregate stockpiles shall be such as to produce VIEWINGuniform conditions without local hot spots. f. The concrete temperature at the time of placing shall be between 10°C DOand 30°C. g. Cold weather concreting shall be inclusive to the price tendered and no further or separate payment will be made. 3.2.3. Hot Weather Concreting: 1. When hot weather concreting is carried out

140 of 306 City of Toronto Section 03 30 00 Centennial Park Stadium Building - Cast-in-Place Concrete Page 5 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

a. The maximum concrete temperature at the time of placing shall be: 1). 30°C for high strength concrete 2). 35°C for other concrete 2. Where ice is added to achieve the above conditions it shall be completely melted by the time concrete mixing is completed. a. Protect and cure in accordance with Section 21 of CSA Standard CAN3-A23.1M. b. Hot weather concreting will be inclusive to the price tendered and no further or separate payment will be made. 3.2.4. Concrete placed under normal temperature conditions ONLYshall be deposited within the temperature range of 10°C and 30°C.

3.3 Examination 3.3.1. Examine surfaces, conditions, and preparations upon which work of this Section depends. Clean, adjust, and supply as required. 3.3.2. Do not place any concrete until Owner has inspected and reviewed formwork and reinforcing and given written permission to pour. 3.3.3. Commencement of work will COPYdenote acceptance of surfaces and conditions. 3.4 Placing Concrete 3.4.1. Notify Owner before scheduled placing of concrete. 3.4.2. Concrete shall be homogeneous, uniformlySUBMIT workable readily placeable into corners and angles of form and around reinforcements without permitting materials to segregate or excessive free water to collect on the surface. 3.4.3. Methods of conveying and placing are to be such that concrete components do not segregate. 3.4.4. Deposit concrete as close as possible to its final position. Lateral movement of concrete shall be avoided. 3.4.5. When concrete isNOT to be dropped more than 1.5 metres in height, fully enclosed vertical drop chutes or "elephant trunks" shall be used. 3.4.6. Concrete placing shall proceed as a continuous operation until the full section planned VIEWINGfor concreting has been completed. 3.4.7. Concrete shall be placed in approximately horizontal layers at a rate such that each successiveDO lift can be vibrated into the previous lift. The total depth of plastic concrete shall not exceed the depth dictated by the design of the forms. 3.4.8. C ompact concrete with general purpose vibrators so that concrete is evenly and adequately distributed around and between reinforcing and against formwork, without honeycombing. Vibrators shall not be used in a manner which will cause segregation of the plastic concrete mix. External vibrating of forms is not permitted.

141 of 306 City of Toronto Section 03 30 00 Centennial Park Stadium Building - Cast-in-Place Concrete Page 6 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.5 Curing and Protection 3.5.1. Beginning immediately after placement, protect concrete from premature drying, sunshine, excessively hot or cold temperatures, and mechanical injury. Maintain at a relatively constant temperature for as long as is required for hydration of the cement and curing of the concrete. Keep moisture loss to a minimum. 3.5.2. Cure horizontal surfaces by covering with polyethylene sheets with edges taped for at least 4 days. Lap edges 100 mm minimum. The use of curing compounds shall be permitted but only with the written approval of the Owner. 3.5.3. It is the Contractor's responsibility to take all additional and necessary procedures and precautions to ensure the proper curing of the concrete. ONLY

3.6 Treatment of Formed Services 3.6.1. No formwork shall be removed without the permission of the Owner. 3.6.2. Immediately after the removal of forms, all bolts, ties, nails, or other metal not specifically required for construction purposes, shall be removed or cut back to a minimum depth of 15 mm from the concrete surface. Such areas shall have their edges as nearly perpendicular to the surface as possible and be sufficiently deep to hold a patching mortar. 3.6.3. All cut-out areas and cavitiesCOPY shall be saturated with water and repaired. Scrub the surfaces to be patched with neat cement paste and fill with a finishing cement mortar using the same sand and cement as that used in the concrete. 3.6.4. On exposed formed surfaces, blend with white cement to obtain finish colour to match surrounding concrete surfaces. SUBMIT 3.6.5. In areas of honeycomb and where the repair is approved by the Owner, the Contractor shall, at his expense, remove the defective areas and fill with polymer modified mortar placed in strict accordance with the Manufacturer's recommendations. 3.6.6. Additional finish requirements, where required by the Owner, shall be as specified on the drawings. NOTEnd of Section

VIEWING DO

142 of 306 City of Toronto Mortar and Grout for Section 04 05 16 Centennial Park Stadium Building - Masonry Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Work

1.1.1 Section 04 20 01 – Brick Repairs

1.2 Reference Standard

1.2.1 CAN3-A179 (current edition) Mortar and Grout for Unit Masonry

1.2.2 CSA A3000 (current edition) Portland Cement / Masonry Cement / Blended Hydraulic Cement ONLY

1.2.3 CSA A371(current edition) Masonry Construction for Buildings

1.3 Submittals

1.3.1 Submittals in accordance with Section 01 33 00 – Submittal Procedures.

1.3.2 Make all required submittals in time to permit review prior to starting the work to which they relate. 1.3.3 Submit proposed mix proportionsCOPY and sand analysis report. 1.3.4 Submit compressive strength reports on the proposed mortar mixes.

2. Products SUBMIT

2.1 Materials

2.1.1 Cement: Normal Type 10 Portland Cement conforming to CSA A3000 (current edition). Provide natural colour or white cement as required to produce colour to match existing conditions. 2.1.2 Masonry aggregate: NOTIn accordance with CSA A179 (current edition) except for joints less than 6 mm thick, use aggregate graded with 100% passing the 1.18 mm (#16) sieve. VIEWING2.1.3 Mortar additives: Do not add water reducing agents, moisture sealers, antifreeze compounds or other not specified products without written approval of the consultant.DO 2.1.4 Colour: ground coloured natural aggregates or metallic oxide pigments to produce colour to match existing conditions.

2.2 Material Source

143 of 306 City of Toronto Mortar and Grout for Section 04 05 16 Centennial Park Stadium Building - Masonry Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.2.1 Use same brands of materials and source of aggregate for entire project.

2.3 Mortar Types

2.3.1 Mortar for masonry:

2.3.1.1 Interior and Exterior Non-loadbearing: Type ‘N’ based on proportion specifications.

2.3.1.2 Interior and Exterior Loadbearing: Type ‘S’ mortar made with Portland Cement and Lime. 2.3.1.3 For all walls in contact with earth use Type ‘S’ mortar. ONLY 2.3.1.4 Colour: ground coloured natural aggregates or metallic oxide pigments.

2.3.1.5 Concrete for masonry core fill: conforming to specification requirements for concrete; except that it may be site mixed in equipment specifically designed to mix concrete, and to meet the following:

2.3.1.5.1 Compressive strength: 25 MPa 2.3.1.5.2 Class of Exposure: N COPY 2.3.1.5.3 Slump: 175 mm, modified with plasticizers as required to achieve good flow and suitable fluidity and gradation for use in masonry mix designed so that no segregation occurs in use. SUBMIT 2.3.1.5.4 Aggregate size: 10 mm

2.3.1.5.5 Submit Mix design to Consultant for review prior to installing materials.

3. Execution 3.1 Mortar Mixing NOT 3.1.1 Measure and mix all mortar and grout so as to conform to CSA A179 (current edition). VIEWING3.1.2 Make volume measurements by using a suitably gauged hopper of a size compatible with the size of the batch of mortar or grout to be prepared, by the use of a gauge box of unit volume or by other suitable means. Keep the volume measuresDO clean and free from crust. 3.1.3 Use shovel batching only where the volumes used are checked against a gauge box a minimum of twice daily. Where shovel count is used in place of a hopper. Keep a gauge box at the mixing station.

144 of 306 City of Toronto Mortar and Grout for Section 04 05 16 Centennial Park Stadium Building - Masonry Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.1.4 Mix the dry material completely in a suitable mechanical mixer for a period of not less than 3 minutes and not more than 10 minutes, with the amount of water required to produce the desired workability and specified strength.

3.1.5 Use hand mixing only if approved in writing by the consultant.

3.2 Field Quality Control

3.2.1 During construction one or more of the following tests may be carried out at the discretion of the Consultant: determination of the proportions used at the site by volume measurement; wet sieve analysis of the mortar mix and compressive strength tests of job-mixed mortars in accordance with CSA A179 (current edition). ONLY

3.2.2 The Owner will pay for the cost of field quality control testing. The frequency of the testing

3.2.3 and the testing laboratory used shall be at the Owner’s discretion.

3.3 Mortar Use

3.3.1 Use mortar and place in its final position within 2 hours after mixing when air temperature is 25°Celsius or higher, and within 3 hours when air temperature is lower. Discard mortar not usedCOPY within these limits. 3.3.2 Mortar that has stiffened due to evaporation may be re-tempered with water as necessary to produce workability, within theSUBMIT limits for use.

End of Section NOT VIEWING DO

145 of 306 City of Toronto Brick Repairs Section 04 20 01 Centennial Park Stadium Building - Page 1 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Reference Standards

1.1.1 CSA International

1.1.1.1 CAN/CSA-A82-14, Fired Masonry Brick Made From Clay or Shale

1.1.1.2 CAN/CSA-A179-04 (R2014), Mortar and Grout for Unit Masonry 1.1.1.3 CAN/CSA-A370-14, Connectors for Masonry ONLY 1.1.1.4 CAN/CSA A371-04(R2014), Masonry Construction for Buildings

1.2 Action and Informational Submittals

1.2.1 Submit in accordance with Section 01 33 00 – Submittal Procedures.

1.2.2 Product Data:

1.2.2.1 Submit manufacturer's instructions, printed product literature and data sheets for unit masonry products, mortar and grout, connectors, anchorage, and accessories. Include productCOPY characteristics, performance criteria, physical size, finish and limitations.

1.2.2.2 Submit two (2) copies of WHMIS MSDS in accordance with Section 01 35 10 – Health and Safety Requirements. SUBMIT 1.2.3 Samples:

1.2.3.1 Submit samples of each unit in final construction for review and acceptance.

1.2.3.2 Submit duplicate full size samples of each of mortar, connector, anchorage and reinforcing, andNOT accessory. 1.3 Delivery, Storage and Handling

1.3.1 Deliver, store and handle materials in accordance with manufacturer's written VIEWINGinstructions. 1.3.2 Delivery and Acceptance Requirements: deliver materials to site in original factoDOry packaging, labelled with manufacturer's name and address. 1.3.3 Storage and Handling Requirements: 1.3.3.1 Store materials in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area.

146 of 306 City of Toronto Brick Repairs Section 04 20 01 Centennial Park Stadium Building - Page 2 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.3.3.2 Store and protect masonry products from nicks, scratches, and blemishes.

1.3.3.3 Replace defective or damaged materials with new.

1.4 Cold Weather Requirements

1.4.1 Supplement requirements of CSA-A371 as follows:

1.4.1.1 Maintain temperature of mortar between 5°C and 30°C until used.

1.5 Hot Weather Requirements 1.5.1 Supplement requirements of CSA-A371 as follows: ONLY 1.5.1.1 Protect freshly laid masonry from drying too rapidly by means of waterproof, non-staining coverings.

2. Products

2.1 Masonry Units

2.1.1 Clay Brick to CAN/CSA-A82-14

2.2 Reinforcement and ConnectorsCOPY

2.2.1 Connectors: to CAN/CSA-A370

2.2.1.1 Remedial Wall Ties: Helical ties: 8 mmSUBMIT stainless steel spiral ties to Grade 304. Length to provide minimum 50 mm embedment into back-up wall.

2.3 Mortar

2.3.1 Mortar: Pre-packaged polymer-modified, single-component, quick-setting, low- shrinkage, high-bond repair mortar formulated for trowel-applied vertical repairs. 2.3.1.1 Compressive strengthNOT at 28 days: Minimum 40 MPa. 2.3.1.2 Bond strength at 28 days: Minimum 12 MPa. VIEWING2.3.1.3 Shrinkage at 28 days: Maximum 0.08%. 2.3.1.4 Colour:DO to match existing condition and approved by Owner's Representative. 2.3.2 Accepted materials are listed below: 2.3.2.1 EucoRepair V100 as manufactured by Euclid Chemical.

2.3.2.2 MasterEmaco N425 as manufactured by BASF (Master Builders)

147 of 306 City of Toronto Brick Repairs Section 04 20 01 Centennial Park Stadium Building - Page 3 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.3.2.3 Sika MonoTop 623 as manufactured by Sika

2.3.2.4 Meadow-Crete GPS as manufactured by W.R. Meadows

2.3.2.5 Or approved equivalent

2.4 Sealant

2.4.1 High-Performance, one-part, low-modulus elastomeric polyurethane sealant.

2.4.1.1 Colour: Selected by Owner's Representative from manufacturer’s standard range to match brick. ONLY 2.4.1.2 Acceptable products:

2.4.1.2.1 Dymonic 100 by Tremco

2.4.1.2.2 MasterSeal NP-1 by BASF

2.4.1.2.3 Sikaflex 15LM by Sika

2.4.1.2.4 Eucolastic 1NS by Euclid chemicals 2.4.1.2.5 Or approved equivalent COPY 2.5 Epoxy Adhesive 2.5.1 Adhesive: Two-component, 100% solids, moSUBMITisture-insensitive, low-viscosity, high-modulus epoxy resin packaged into tube cartridges with static-mixer nozzle.

2.5.1.1 Compressive strength at 7 days: Minimum 70 MPa.

2.5.1.2 Bond strength at 7 days: Minimum 14 MPa.

2.5.1.3 Colour: amber / clear. 2.5.2 Accepted materials areNOT listed below: 2.5.2.1 Dural 452 LV as manufactured by Euclid Chemical. VIEWING2.5.2.2 MasterInject 1500 as manufactur ed by BASF (Master Builders) 2.5.2.3 SikadurDO 35 Hi-Mod LV as manufactured by Sika 2.5.2.4 Rezi-Weld LV as manufactured by W.R. Meadows 2.5.2.5 Or approved equivalent

2.6 Accessories

148 of 306 City of Toronto Brick Repairs Section 04 20 01 Centennial Park Stadium Building - Page 4 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.6.1 Cavity screening: three dimensional random weave plastic mesh, thickness to match cavity, size to extend a minimum of 25 mm beyond brick repair opening.

2.6.2 Pre-compressed, self-expanding flexible joint seal made of polyurethane foam impregnated with a modified acrylic resin. Accepted materials are listed below:

2.6.2.1 Illmod 600 as manufactured by Tremco.

2.6.2.2 Backerseal (Greyflex) as manufactured by Emseal.

2.6.2.3 EIH Expansion Joint as manufactured by MM Systems Corp. 2.6.2.4 Or approved equivalent. ONLY 3. Execution

3.1 Examination

3.1.1 Verification of Conditions: verify conditions of substrates are acceptable for product installation in accordance with manufacturer's written instructions.

3.1.1.1 Visually inspect substrate. 3.1.1.2 Clean dust and brick fragmentsCOPY from repair area. 3.1.1.3 Inform Consultant of unacceptable conditions immediately upon discovery. 3.1.1.4 Proceed with installation only after unacceptableSUBMIT conditions have been remedied.

3.2 Installation

3.2.1 Do masonry work in accordance with CAN/CSA-A371 except where specified otherwise. 3.2.1.1 Bond: running stretcherNOT bond with vertical joints in perpendicular alignment and centred on adjacent stretchers above and below.

3.2.1.2 Coursing height: to match existing condition.

VIEWING3.2.1.3 Jointing: provide smooth compressed recessed surface. 3.2.1.4 Co-ordinatDOe bond pattern, coursing height and joint width with adjacent brickwork surrounding repair area. 3.2.2 Build masonry plumb, level, and true to line, with vertical joints in alignment.

3.2.3 Layout coursing and bond to achieve correct coursing heights, and continuity of bond above and below repair areas, with minimum of cutting. 149 of 306 City of Toronto Brick Repairs Section 04 20 01 Centennial Park Stadium Building - Page 5 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.2.4 Slot the back of the brick units to match the location of the existing reinforcing bars.

3.2.5 Ensure cavity screening (mortar net) is placed tight in cavity surrounding repair area, to prevent sagging of newly applied mortar.

3.2.6 Mix pre-packaged mortar in accordance with manufacturer’s instructions, to a trowel-applied consistency that will not sag.

3.2.7 Mix only enough mortar which can be applied within the setting time. Mix small batches as required for localized repairs. 3.2.8 Mix batches of varying “stiffness” for bedding mortar and forONLY “pointing” mortar. 3.3 Movement Joints

3.3.1 Ensure joint is free of brick and mortar fragments, dust and debris.

3.3.2 Insert pre-compressed, self-expanding flexible joint seal.

3.4 Reinforcing and Connecting

3.4.1 Install masonry connectors and reinforcement in accordance with CAN/CSA- A370, CAN/CSA-A371 and CSACOPY S304.1 unless indicated otherwise. 3.5 Bonding and Tying 3.5.1 Where there are two (2) or more consecutiveSUBMIT bricks to be replaced, install helical ties as required.

3.5.2 Install in accordance with manufacturer’s printed instructions.

3.6 Cleaning

3.6.1 Clean brick work surfaces with stiff-bristle brush after repairs have been completed and mortarNOT has set. 3.6.2 Progress Cleaning: Leave Work area clean at end of each day. VIEWING3.6.3 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment. 3.6.4 WasteDO Management: 3.6.4.1 Separate waste materials in accordance with Section 01 74 21- Construction/Demolition Waste Management and Disposal.

3.7 Protection

150 of 306 City of Toronto Brick Repairs Section 04 20 01 Centennial Park Stadium Building - Page 6 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.7.1 Protect masonry and other work from marking and other damage. Protect completed work from mortar droppings. Use non-staining coverings.

3.7.2 Repair damage to adjacent materials caused by masonry products installation.

End of Section ONLY

COPY SUBMIT

NOT VIEWING DO

151 of 306 City of Toronto Metal Fabrications Section 05 50 00 Centennial Park Stadium Building - Page 1 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Reference Standards

1.1.1 ASTM International

1.1.1.1 ASTM A53/A53M-[07], Standard Specification for Pipe, Steel, Black and Hot- Dipped, Zinc-Coated Welded and Seamless

1.1.1.2 ASTM A269-[08], Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service ONLY 1.1.1.3 ASTM A307-[07b], Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength

1.1.2 CSA International

1.1.2.1 CSA G40.20/G40.21-[04(R2009)], General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel

1.1.2.2 CAN/CSA G164-[M92(R2003)], Hot Dip Galvanizing of Irregularly Shaped Articles COPY 1.1.2.3 CSA S16-[09], Design of Steel Structures

1.1.2.4 CSA W48-[06], Filler Metals and Allied Materials for Metal Arc Welding (Developed in co-operation with the CanadianSUBMIT Welding Bureau) 1.1.2.5 CSA W59-[M03(R2008)], Welded Steel Construction (Metal Arc Welding) [Metric]

1.1.3 Environmental Choice Program

1.1.3.1 CCD-047-[98(R2005)], Architectural Surface Coatings

1.1.3.2 CCD-048-[98(R2006)],NOT Surface Coatings - Recycled Water-borne

1.1.4 Green Seal Environmental Standards (GS) VIEWING1.1.4.1 GS-11-[2008, 2nd Edition], Paints and Coatings 1.1.5 HealthDO Canada / Workplace Hazardous Materials Information System (WHMIS) 1.1.5.1 Material Safety Data Sheets (MSDS) 1.1.6 The Master Painters Institute (MPI)

1.1.6.1 Architectural Painting Specification Manual (current edition) 152 of 306 City of Toronto Metal Fabrications Section 05 50 00 Centennial Park Stadium Building - Page 2 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.2 Action and Informational Submittals

1.2.1 Submit in accordance with Section 01 33 00 – Submittal Procedures.

1.2.2 Product Data:

1.2.2.1 Submit manufacturer's instructions, printed product literature and data sheets for metal fabrications, include product characteristics, performance criteria, physical size, finish and limitations.

1.2.2.2 Submit electronic copies of WHMIS in accordance with Section 01 35 10 – Health and Safety Requirements. ONLY 1.2.2.2.1 For finishes, coatings, primers, and paints applied on site: indicate VOC concentration in g/L.

1.2.3 Shop Drawings:

1.2.3.1 Submit drawings stamped and signed by professional engineer registered or licensed in Ontario, Canada.

1.2.3.2 Indicate materials, core thicknesses, finishes, connections, joints, method of anchorage, number of anchors, supports, reinforcement, details, and accessories. COPY 1.3 Delivery, Storage and Handling 1.3.1 Deliver, store and handle materials in accordanceSUBMIT with Section with manufacturer's written instructions and 01 61 00 – Common Product Requirements.

1.3.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address. 1.3.3 Storage and HandlingNOT Requirements: 1.3.3.1 Store materials in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. VIEWING1.3.3.2 Store and protect specified materials from damage. 1.3.3.3 ReplaceDO defective or damaged materials with new. 1.3.4 Develop Construction Waste Management Plan related to Work of this Section. 1.3.5 Packaging Waste Management: remove and reuse or recycle in accordance with Section 01 74 21 – Construction/Demolition Waste Management and Disposal.

153 of 306 City of Toronto Metal Fabrications Section 05 50 00 Centennial Park Stadium Building - Page 3 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4 Quality Assurance

1.4.1 Test Reports: submit certified test reports showing compliance with specified performance characteristics and physical properties.

1.4.2 Certifications: submit product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

2. Products 2.1 Materials ONLY 2.1.1 Steel sections and plates: to CSA G40.20/G40.21, Grade 350W and 300W.

2.1.2 Steel pipe: to ASTM A53/A53M

2.1.3 Welding materials: to CSA W59.

2.1.4 Welding electrodes: to CSA W48 Series.

2.1.5 Bolts and anchor bolts: to ASTM A307. 2.1.6 Aluminum sheet: plain COPY 2.1.7 Stainless steel tubing: to ASTM A269 2.1.8 Grout: non-shrink, non-metallic, flowable, 15SUBMIT MPa at 24 hours. 2.2 Fabrication

2.2.1 Fabricate work square, true, straight and accurate to required size, with joints closely fitted and properly secured.

2.2.2 Use self-tapping shake-proof round headed screws on items requiring assembly by screws or as indicated.NOT 2.2.3 Where possible, fit and shop assemble work, ready for erection. VIEWING2.2.4 Ensure exposed welds are continuous for length of each joint. File or grind exposed welds smooth and flush.

2.3 FinishesDO 2.3.1 Galvanizing: hot dipped galvanizing with zinc coating 600g/m2 to CAN/CSA- G164.

154 of 306 City of Toronto Metal Fabrications Section 05 50 00 Centennial Park Stadium Building - Page 4 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.3.2 Chromium plating: chrome on steel with plating sequence of 0.009mm thickness of copper 0.010 mm thickness of nickel and 0.0025 mm thickness of chromium.

2.3.3 Shop coat primer: VOC to GC-11, to MPI- INT and EXT 5.1B or MPI- EXT and INT 5.1A.

2.3.4 Zinc primer: zinc rich, ready mix to MPI-INT or EXT 5.2C, VOC to GC-11.

2.4 Isolation Coating

2.4.1 Isolate aluminum from following components, by means of bituminous paint: 2.4.1.1 Dissimilar metals except stainless steel, zinc, or white brONLYonze of small area. 2.4.1.2 Concrete, mortar and masonry.

2.4.1.3 Wood.

2.5 Shop Painting

2.5.1 Primer: VOC to GS-11

2.5.2 Apply one shop coat of primer to metal items, with exception of galvanized or concrete encased items. COPY 2.5.3 Use primer unadulterated, as prepared by manufacturer. Paint on dry surfaces, free from rust, scale, grease. Do not paint SUBMITwhen temperature is lower than 7°C. 2.5.4 Clean surfaces to be field welded; do not paint.

2.6 Angle Lintels and Cladding Supports

2.6.1 Steel angles: prime painted, sizes indicated.

2.6.2 Weld or bolt back-to-back angles to profiles as indicated. 2.6.3 Finish: shop painted.NOT 2.6.3.1 Primer: VOC to GS-11when applied on-site.

VIEWING3. Execution

3.1 ExaminationDO 3.1.1 Verification of Conditions: verify conditions of substrates previously installed under other Sections or Contracts are acceptable for metal fabrications installation in accordance with manufacturer's written instructions.

155 of 306 City of Toronto Metal Fabrications Section 05 50 00 Centennial Park Stadium Building - Page 5 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.1.1.1 Visually inspect substrate.

3.1.1.2 Inform Consultant of unacceptable conditions immediately upon discovery.

3.1.1.3 Repair damage to adjacent materials caused by masonry products installation.

3.1.1.4 Proceed with installation only after unacceptable conditions have been remedied (and after receipt of written approval to proceed from Consultant pr Departmental Representative). 3.2 Erection ONLY 3.2.1 Do welding work in accordance with CSA W59 unless specified otherwise.

3.2.2 Erect metalwork square, plumb, straight, and true, accurately fitted, with tight joints and intersections.

3.2.3 Provide suitable means of anchorage acceptable to Consultant such as dowels, anchor clips, bar anchors, expansion bolts and shields, and toggles.

3.2.4 Exposed fastening devices to match finish and be compatible with material through which they pass. COPY 3.2.5 Supply components for work by other trades in accordance with shop drawings and schedule. 3.2.6 Field weld connections. SUBMIT 3.2.7 Deliver items over for casting into concrete and building into masonry together with setting templates to appropriate location and construction personnel.

3.2.8 Touch-up rivets, field welds, bolts and burnt or scratched surfaces with primer after completion of: 3.2.8.1 Primer: maximumNOT VOC limit to GS-11. 3.2.9 Touch-up galvanized surfaces with zinc rich primer where burned by field welding. VIEWING3.2.9.1 Primer: maximum VOC limit to GS-11. 3.3 CleaningDO 3.3.1 Progress Cleaning: clean in accordance with Section 01 74 00 – Cleaning. 3.3.1.1 Leave Work area clean at end of each day.

156 of 306 City of Toronto Metal Fabrications Section 05 50 00 Centennial Park Stadium Building - Page 6 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.3.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 00 – Cleaning.

3.3.3 Waste Management: separate waste materials in accordance with 01 74 21 – Construction/Demolition Waste Management and Disposal.

3.3.3.1 Remove recycling containers and bins from site and dispose of materials at appropriate facility.

3.4 Protection 3.4.1 Protect installed products and components from damage duringONLY construction. 3.4.2 Repair damage to adjacent materials caused by metal fabrications installation. End of Section

COPY SUBMIT

NOT VIEWING DO

157 of 306 City of Toronto Tempered Laminated Railing Section 05 73 10 Centennial Park Stadium Building - Page 1 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 GENERAL

1.1 Section Includes 1.1.1. Tempered Laminated Glass Dry Glazed Railing Assemblies.

1.2 References 1.2.1. ASTM C 1048 – Standard Specification for Heat Treated Flat Glass – Kind HS, Kind FT Coated and Uncoated Glass 1.2.2. ASTM C1172—Standard Specification for Laminated Architectural Flat Glass 1.2.3. NAAMM Metal Finishes Manual; national AssociationONLY of Architectural Metal Manufacturers

1.3 System Description 1.3.1. Performance Requirements for Handrail Assembly: 1. Support distributed load of 50 pounds per linear foot (0.73kN/M), applied horizontally at right angles in any direction to the handrail. 2. Support concentrated horizontal load of 200 pounds (0.89kN), applied in any direction at any point alongCOPY handrail system. 3. 50 lbs (0.22kN) on 1 sf (0.093m2) perpendicular to guard at any location 4. Wind loads as specified on structural drawings. 5. Distributed loads and concentrated loadsSUBMIT not to be applied simultaneously 1.3.2. Submit demolition drawings: 1. Submit for review and approval by Consultant shoring and underpinning drawings stamped and signed by professional engineer registered or licensed in the Province of Ontario Canada, showing proposed method. 2. Product Data: Submit Manufacturer’s technical product data for railing components andNOT accessories. 3. Shop Drawings: Dimensioned drawings of railing assemblies indicating the following: a. Elevations; include joint locations, transitions, and terminations. VIEWINGb. Manufacturer’s installation and maintenance instructions. 4. DOSamples of manufacturer’s finishes. 1.4 Site Conditions 1.4.1. Review "Designated Substance Report" and take precautions to protect environment. 1.4.2. If material resembling spray or trowel-applied asbestos or other designated substance listed as hazardous be encountered, stop work, take preventative measures, and notify 158 of 306 City of Toronto Tempered Laminated Railing Section 05 73 10 Centennial Park Stadium Building - Page 2 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Consultant immediately. 1. Proceed only after receipt of written instructions has been received from Consultant. 1.4.3. Notify Consultant before disrupting building access or services.

1.5 Quality Assurance 1.5.1. Components and installation are to be in accordance with state and local building codes. 1.5.2. All components and fittings are furnished by the same manufacturer.ONLY 1.6 Delivery, Storage, And Handling 1.6.1. Deliver materials properly protected against damage to finished surfaces during transit. 1.6.2. Inspect materials upon delivery for damage. Unless minor defects can be made to meet the Architect’s specifications and satisfaction, damaged parts should be removed and replaced.

2.0 PRODUCTS 2.1 Manufacturers COPY 2.1.1. Acceptable Manufacturer: C.R. Laurence Co., Inc. (CRL) or equal approved. 2.2 Materials SUBMIT 2.2.1. Aluminum Components: Conforming to ASTM B 221/ASTM B221M, Alloy 6063- T52 2.2.2. Stainless Steel Components: Conforming to ASTM A 666, Type 304 2.2.3. Stainless Steel Components: Conforming to ASTM A 240 / A 666, Type 316 2.2.4. Brass Components: Conforming to ASTM B 248, No. 260, Yellow Brass 2.3 COMPONENTS NOT 2.3.1. Glazing: Fully tempered ASTM C 1048 Kind FT, Quality q3. As specified in Section 08 8000 VIEWING1. Laminated Tempered Thickness: 9/16 inch (13.52 mm). 2. Color: Clear. 2.3.2. InterlayerDO (Option): Ionoplast 1. Basis of Design: DuPont™ SentryGlas® interlayer manufactured by DuPont Glass Laminating Solutions, www.sentryglas.com. a. Thickness: [1.52mm] b. Color: Clear

159 of 306 City of Toronto Tempered Laminated Railing Section 05 73 10 Centennial Park Stadium Building - Page 3 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

c. Interlayer Physical Properties: 1). Young’s Modulus: 43 kpsi, when tested in accordance with ASTM D5026 2). Tensile Strength: 5.0 kpsi, when tested in accordance with ASTM D638. 3). Elongation: 400%, when tested in accordance with ASTM D638 4). Flex Modulus: 50 kpsi, when tested in accordance with D790. 5). Heat Deflection Temperature at 0.46 MPa: 110 deg F, when tested in accordance with D648. 2.3.3. Internal Handrail Cap Connection Sleeves: Metal tube, material compatible with handrail cap material. 2.3.4. TAPER-LOC® Dry Glazing System for Laminated TemperedONLY Glass: Each TAPER- LOC® Set consists of two or four Tapers, and one L-Setting Block. Designed for L56S, L68S, L21S, L25S, 9BL56, 9BL68, and 9BL21 Shoe Bases. Patent Pending. 2.3.5. Shoe Base: (Architect to specify) 1. Profile: CRL Part # L56S, 9BL56; 2-7/8 inches (73 mm) wide by 4-3/4 inches (120.7 mm) high rectangular cross-section. Designed to work with CRL's TAPER-LOC® Dry Glazed System with 9/16” (13.52 mm) laminated tempered glass 2. Material: Aluminium 6063-T52 3. Finish: (Architect to specify.)COPY a. Base Cladding: Sheet metal cladding added to exposed shoe base sections. Adhere with double-sided tape and/or silicone adhesive. Provide end caps where ends of shoeSUBMIT base sections are exposed. b. 5052 Dark Bronze Anodized 2.3.6. Metal Cap Railing: Profile: Part # GR19, round 1-7/8 inches (48.3 mm) diameter (aluminum only) 2.3.7. Handrail Brackets: 1. Material: Aluminum 2. Fabrication: CastNOT 3. Finish: Match handrail cap finish 2.3.8. Fasteners: Types and sizes indicated in shop drawings. VIEWING1. For L56S and 9BL56 Base Shoes, for concrete attachment, hole size in base shoe is to be 9/16” (14.3 mm), counter bore 7/8” (22.2 mm) x depth ½” (12.7 mm), DOcenter-to-center spacing of holes is 12” (304.8mm). Use Hilti HSL3 Expansion Anchors 3-3/4" (95 mm) long CRL Part # EBA334, Washer is included. 2. For all other Laminated Base Shoes, for concrete attachment, hole size in base shoe is to be 13/16” (20.6 mm), counter bore 1-1/4” (31.7mm) x depth ½” (12.7 mm), center-to-center spacing of holes is 11.811” (300mm). Use Hilti HSL3 M12

160 of 306 City of Toronto Tempered Laminated Railing Section 05 73 10 Centennial Park Stadium Building - Page 4 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Expansion Anchors 6-1/8" (156 mm) long CRL Part # EBA335, Washer is included. 3. For L56S and 9BL56 Base Shoes, for steel attachment, hole size in base shoe is to be 9/16” (14.3 mm), counter bore 7/8” (22.2 mm) x depth ½” (12.7 mm), center-to-center spacing of holes is 12” (304.8mm). Use ½” – 13 x 1 stainless steel socket head cap screw CRL Part # SHCS12X1. 4. For all other Laminated Base Shoes, for steel attachment, hole size in base shoe is to be 13/16” (20.6 mm), counter bore 1-1/4” (31.7mm) x depth ½” (12.7 mm), center-to-center spacing of holes is 11.811” (300mm). Use M14-2.0 x 20mm Hex Head stainless steel screw CRL Part # HHCS14X34. 28mm stainless steel washer is included. 2.3.9. Sill Angles for Tempered Glass Railing Assemblies: SteelONLY angle profiles conforming to ASTM A 36, with anchoring devices, sizes indicated in shop drawing of section 05 5000, drilled and tapped for fastener types, sizes, and spacing indicated.

2.4 Fabrication 2.4.1. Fabricate handrail assembly components to lengths and configurations complying with shop drawings. 2.4.2. Machine joint edges smooth and plane to produce hairline seams when site assembled; supply concealed sleeve connectors for joints. 2.4.3. Isolate dissimilar metals to preventCOPY electrolytic action by applying primer to concealed surfaces of metal components.

3.0 EXECUTION SUBMIT 3.1 Installation 3.1.1. Install handrails in accordance with manufacturer’s recommended installation instructions and approved shop drawings.

3.2 Examination 3.2.1. Inspect building andNOT site with Consultant and verify extent and location of items designated for removal, disposal, alternative disposal, recycling, salvage and items to remain. VIEWING3.2.2. Locate and protect utilities. Preserve active utilities traversing site in operating condition. 3.2.3. NotifyDO and obtain approval of utility companies before starting demolition. 3.2.4. Disconnect, cap, plug or divert, as required, existing public utilities within the property where they interfere with the execution of the work, in conformity with the requirements of the authorities having jurisdiction. Mark the location of these and previously capped or plugged services on the site and indicate location (horizontal and vertical) on the record drawings. Support, shore up and maintain pipes and conduits encountered.

161 of 306 City of Toronto Tempered Laminated Railing Section 05 73 10 Centennial Park Stadium Building - Page 5 of 5 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. Immediately notify Consultant and utility company concerned in case of damage to any utility or service, designated to remain in place. 2. Immediately notify the Consultant should uncharted utility or service be encountered, and await instruction in writing regarding remedial action.

3.3 Preparation 3.3.1. Temporary Erosion and Sedimentation Control: 1. Provide temporary sedimentation control measures to prevent discharge of debris-bearing water runoff or airborne dust to adjacent properties, walkways and onsite storm drains, according to: requirements of authorities having jurisdiction. 2. Inspect, repair, and maintain sedimentation control measuresONLY during demolition.

3. Remove sedimentation controls and restore and stabilize areas disturbed during removal after completion of demolition work. 3.3.2. Protection of In-Place Conditions: 1. Prevent movement, settlement, or damage to adjacent structures, utilities, landscaping features and parts of building to remain in place. Provide bracing and shoring required. 2. Keep noise, dust, and inconvenienceCOPY to occupants to minimum. 3. Protect building systems, services and equipment. 4. Provide temporary dust screens, covers, railings, supports and other protection as required. SUBMIT 3.3.3. Demolition/Removal: 1. Remove items as per drawings and as required to perform the work. 3.3.4. Remove parts of existing structure to permit new construction. 3.3.5. Trim edges of partially demolished building elements to tolerances as defined by Consultant to suit future use.

3.4 Cleaning NOT 3.4.1. Progress Cleaning: clean in accordance with Section 01 74 00 VIEWING1. Leave Work area clean at end of each day. 2. Final Cleaning: upon completion remove surplus materials, rubbish, tools and DOequipment in accordance with Section 01 74 00

END OF SECTION

162 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 1 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Summary

1.1.1 Section Includes:

1. Fluid-applied waterproofing membrane system specifically designed for co-spray- application, all applicable sealants, drainage and elastomeric flashings needed to prevent water penetration and methane penetration at locations applied. Fluid- applied waterproofing and/or methane barrier membrane indicated on the drawings, including surface preparation of concrete surfaces, ONLYsealing of form ties, cracks, joints and applications of the waterproofing material.

1.2 References

1.2.1 References, General: Versions of the following standards current as of the date of issue of the project apply to the Work of this Section.

1.2.2 ASTM International (ASTM):

1. ASTM C1305 – Standard Test Method for Crack Bridging Ability of Liquid-Applied Waterproofing MembraneCOPY 2. ASTM C 1522 – Standard Test Method for Extensibility After Heat Aging of Cold Liquid-Applied Elastomeric WaterproofingSUBMIT Membranes 1.3 Administrative Requirements

1.3.1 Pre-installation Conference: Conduct conference at Project Site.

1. Review requirements for waterproofing products and installation, including surface preparation, substrate conditions, project and manufacturer's details, installation procedures, mockups, testing and inspection requirements, protection and repairs, and coordination and sequencing of waterproofing work with work of other Sections. NOT 1.4 Action Submittals VIEWING1.4.1 Product Data: For each type of waterproofing product specified, including: 1.DO Technical data indicating compliance with requirements 2. Substrate preparation instructions and recommendations

163 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 2 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

1.4.2 Shop Drawings: Show locations for waterproofing system components. Show details for each type of substrate, joints, corners, and edge conditions, including flashings, counter- flashings, penetrations, transitions, and terminations.

1.5 Informational Submittals

1.5.1 Qualification Data:

1. Certification of manufacturer's approval of Installer.

1.5.2 Product Test Reports: Test data for waterproofing products and waterproofing system, by qualified testing agency, indicating proposed waterproofing meets performance requirements. ONLY 1.5.3 Warranty: Sample of unexecuted manufacturer and installer special warranties.

1.5.4 Field quality control reports

1.6 Quality Assurance

1.6.1 Installer Qualifications: A manufacturer-approved firm with minimum five years experience in installation of specified products in successful use on similar projects, employing workers trained by manufacturer, including a full-time on-site supervisor with a minimum of five years experience installingCOPY similar work, and able to communicate verbally with Contractor, consultant and employees.

1.6.2 Manufacturer Qualifications: A qualified manufacturer with minimum five years experience in manufacture of waterproofing as one of SUBMITits principal products. 1. Manufacturer's product submitted has been in satisfactory operation on five similar installations for at least five years.

2. Approval of Manufacturers and Comparable Products: Submit the following in accordance with project substitution requirements, within time allowed for substitution review:NOT a. Completed and signed Substitution Request form

b. Product data, including certified independent test data indicating compliance VIEWINGwith requirements DOc. Sample shop drawings from similar project. d. Project references: Minimum of five installations of similar system not less than five years old, with Owner and consultant contact information.

164 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 3 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

e. Name and resume of proposed qualified Inspector

f. Sample warranty

1.6.3 Testing Agency Qualifications: Qualified independent agency experienced in the installation of the specified waterproofing system, and qualified to perform observation and inspection specified in Field Quality Control Article to determine Installer’s compliance with the requirements of this Project, acceptable to Architect, retained by the Contractor.

1.6.4 Mock-ups: Provide waterproofing mock-up application within mock-ups required in other sections, or if not specified, in an area of not less than 100 sq. ft. of surface where directed by consultant for each type of substrate condition. Include examples of surface preparation, crack and joint treatment, waterproofing applicatiONLYon, and flashing, transition, and termination conditions, to set quality standards for execution.

1. Include intersection of deck waterproofing with adjacent vertical waterproofing and moisture control system.

1.7 Delivery, Storage and Handling

1.7.1 Deliver materials to job site in manufacturer's unopened containers with all labels intact and legible at time of use. 1.7.2 Maintain the products in accordCOPY with manufacturer's recommendations with proper precautions to ensure fitness of material when installed.

1.7.3 Protect waterproofing materials from freezing prior to application. Store material above 50°F. SUBMIT 1.7.4 Store waterproofing materials as per material supplier's written instruction

1.8 Environmental Requirements

1.8.1 Environmental Limitations: Apply waterproofing within the range of ambient and substrate temperatures recommendedNOT by waterproofing manufacturer. 1. Protect substrates from environmental conditions that affect waterproofing performance. VIEWING2. Do not apply waterproofing during snow, rain, fog, or mist. 1.9 SchedulingDO 1.9.1 Coordinate installation of waterproofing with completion of other work requiring interface with waterproofing.

165 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 4 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

1.9.2 Schedule work so waterproofing applications may be inspected prior to concealment.

1.9.3 Ensure waterproofing materials are cured before covering with other materials.

1.10 Warranty

1.10.1 Manufacturer's Warranty: Manufacturer's standard form in which waterproofing manufacturer agrees to furnish waterproofing material to repair or replace those materials installed according to manufacturer's written instructions that exhibit material defects or otherwise fail to perform as specified under normal use within warranty period specified. 1. Warranty Period: five years date of Substantial Performance.ONLY 2. Products

2.1 Manufacturers

2.1.1 Basis-of-Design Products: Provide waterproofing products Tremproof 260 waterproofing and Tremproof 1000 dimple sheet drainage mat manufactured by Tremco, Inc., Commercial Sealants and Waterproofing Division, or comparable products of other manufacturer approved by consultant in accordance with Instructions to Bidders and Division 01 General Requirements.COPY 2.1.2 Source Limitations: Provide waterproofing system materials and accessory products from single source from single manufacturer. 2.2 Performance Requirements SUBMIT 2.2.1 General: Waterproofing system shall be capable of performing as a continuous watertight installation and as a moisture drainage plane transitioned to adjacent flashings and discharging water to the building exterior. Waterproofing shall accommodate normal substrate movement and seal expansion and control joints, construction material transitions, opening transitions, penetrations, and perimeter conditions without resultant moisture deterioration. 2.2.2 Compatibility: ProvideNOT waterproofing system materials that are compatible with one another and with adjacent materials under conditions of service and application required, as demonstrated by waterproofing manufacturer based on testing and field experience.

VIEWING2.3 Waterproofing Membrane 2.3.1 ColdDO Fluid-Applied Waterproofing: Single component, asphalt emulsion formulated for application to damp and green concrete. 1. Basis of Design Product: Tremco, Inc., TREMproof 260

166 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 5 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

2. VOC Content: Less than 72 g/L

3. Elongation, ASTM D412: 800%

4. Low Temperature Flexibility and Crack Bridging, ASTM C 836: Pass.

5. Peel Adhesion, ASTM D903: Pass.

2.4 Accessory Materials

2.4.1 Joint backing: Closed-cell, polyethylene rod as recommended by membrane manufacturer. ONLY 2.4.2 Joint Sealants: Termination Seals:

1. Single component, high performance, medium-modulus, low-VOC, UV-stable, non- sag polyurethane sealant

a. Basis of Design Product: Tremco Inc., Dymonic 100.

2.5 Waterproofing Protection and Drainage

2.5.1 Nonwoven-Geotextile-Faced, Molded-Sheet Drainage Panel: Manufactured composite subsurface drainage panels consistingCOPY of a nonwoven, spun-bonded polypropylene facing laminated to one side of a studded, non-biodegradable, polystyrene drainage core, [with polymeric film attached to back of drainage core]. 1. Basis of Design: Tremco, TREMDrainSUBMIT 1000 2. Flow Capacity, per unit width, ASTM D 4716: 18 gpm/ft. (224 lpm/m).

3. Flow Rate, ASTM D 4491: 165 gpm/ft2 (6,724 lpm/m2)

4. Apparent Opening Size: No. 70 sieve (210 micron) 5. Puncture Strength,NOT ASTM D 4833: 65 lb (289 N) 6. Core Compressive Strength, ASTM D 1621: 15,000 lb/ft2 (732 kN/m2) VIEWING7. Thickness: 0.437 inch (11 mm) 3. ExecutionDO 3.1 Examinati on

167 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 6 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

3.1.1 Surface Condition: Before applying waterproofing materials, examine substrate and conditions to ensure substrates are fully cured, smooth, clean, dry, and free from high spots, depressions, loose and foreign particles and other deterrents to adhesion, and conditions comply with manufacturer's written recommendations.

1. Verify concrete and masonry surfaces are free from release agents, curing agents, laitance, and other contaminates. Test for waterproofing adhesion per manufacturer's recommended method. Notify Architect of unsatisfactory conditions.

2. Verify masonry joints are filled with mortar and struck flush 3.1.2 Proceed with installation only after unsatisfactory conditionsONLY have been corrected. 3.2 Interface with Other Work

3.2.1 Sequencing of Work: Coordinate sequencing of waterproofing work with work of other sections that form portions of building envelope moisture control to ensure that flashings and transition materials can be properly installed and inspected.

3.2.2 Subsequent Work: Coordinate waterproofing work with work of other sections installed subsequent to waterproofing to ensure complete inspection of installed waterproofing and sealing of waterproofing penetrations necessitated by subsequent work.

3.3 Preparation COPY 3.3.1 Clean, prepare, and treat substrates in accordance with waterproofing manufacturer's written instructions. SUBMIT 1. Mask adjacent finished surfaces.

2. Remove contaminants and film-forming coatings from substrates.

3. Remove projections and excess materials and fill voids with substrate patching material. 4. Prepare and treatNOT joints and cracks in substrate per ASTM D 4258 and waterproofing manufacturer's written instructions.

3.3.2 Detail Preparation: Prepare non-moving shrinkage cracks, large cracks, construction VIEWINGjoints, expansion joints, projections and protrusions, penetrations, drains, and changes in plane in accordance with waterproofing manufacturer's written instructions and details, usingDO accessory materials specified. 3.3.3 Transitions to Adjacent Materials: Apply Tremco Approved Primer to transition cold fluid- applied waterproofing membrane to adjacent components of the building envelope.

168 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 7 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

3.4 Waterproofing Installation

3.4.1 General: Apply waterproofing material to form a seal with strips and transition strips and to achieve a continuous waterproofing according to waterproofing manufacturer's written instructions. Apply waterproofing material within manufacturer's recommended application temperature ranges.

3.4.2 Coordination of Testing:

1. Do not cover waterproofing until it has been tested and inspected by Owner's testing agency. 3.4.3 Correct deficiencies in or remove waterproofing that does ONLYnot comply with requirements; repair substrates and reapply waterproofing components.

3.5 Protection Installation

3.5.1 Protection Course: Cover waterproofing with protection course following curing of waterproofing and prior to backfilling or subjecting installation to traffic. Overlap protection course joints.

3.5.2 Drainage Panel: Place and secure drainage panels using methods that do not penetrate waterproofing. Face geotextile away from deck substrate. Lap edges or abut ends of geotextile. COPY 3.5.3 Insulation: Install one or more layers of board insulation as required, staggering joints. Fit within 1/2 inch (12 mm) of projections andSUBMIT penetrations. 1. On horizontal surfaces, loosely lay insulation units according to manufacturer's written instructions. Stagger end joints and tightly abut insulation units.

3.6 Field Quality Control

3.6.1 Contractor's Inspector: Contractor shall engage and pay manufacturer's qualified Inspector full-time during the Work to perform tests and inspections, including documenting of waterproNOTofing prior to concealment. 1. Contractor's Inspector shall measure membrane thickness with a wet film gauge VIEWINGduring the application process at least once for every 100 sq. ft. 2. Provide written report of tests and inspections

3.6.2 TestingDO Agency: Owner will engage and pay a qualified testing agency to perform tests and inspections.

169 of 306 City of Toronto SECTION 07 14 16 Centennial Park Stadium Building - Cold Fluid-Applied Page 8 of 8 State of Good repair Waterproofing January 2019 56 Centennial Park Rd, Etobicoke

3.6.3 Coordination of Inspection: Cooperate with testing agency. Allow access to work areas and staging. Notify testing agency in writing of schedule for Work of this Section to allow sufficient time for testing and inspection.

1. Do not cover Work until testing and inspection is completed and accepted.

3.6.4 Reporting: Forward written inspection reports to the consultant within 5 working days of the inspection and test being performed.

3.6.5 Correction of Work: Correct deficient applications not passing tests and inspections, make necessary repairs, and retest as required to demonstrate compliance with requirements. ONLY 3.7 Cleaning and Protecting

3.7.1 Clean spills, stains, and overspray resulting from application utilizing cleaning agents recommended by manufacturers of affected construction. Remove masking materials.

3.7.2 Protect waterproofing from damage from subsequent work. Protect waterproofing materials from exposure to UV light for period in excess of that acceptable to waterproofing manufacturer; replace overexposed materials and retest. COPYEnd of Section SUBMIT

NOT VIEWING DO

170 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 1 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Summary 1.1.1. Provide labor, materials, equipment and supervision necessary to install a fluid-applied vehicular traffic coating system as outlined in this specification to concrete parking deck surfaces. 1.1.2. The manufacturer's application instructions for each product used are considered part of this specification and should be followed at all times. 1.1.3. Related Sections: 1. Section 03 30 00: Cast-in-Place Concrete ONLY

1.2 System Description 1.2.1. The fluid-applied vehicular traffic coating system shall be a complete system of compatible materials supplied by a single manufacturer to create a seamless waterproof membrane with integral wearing surface.

1.3 Submittals 1.3.1. Technical Data: Submit manufacturer's product data and Safety Data Sheets (SDS) on each product. COPY 1.3.2. Samples: Submit samples of specified vehicular traffic coating system. Samples shall be construed as examples of finished color and texture of the system only. 1.3.3. Applicator Approval: Submit letter fromSUBMIT manufacturer stating applicator is licensed to install the specified vehicular traffic coating system; and qualified to offer a Joint and Several waterproofing warranty. Be prepared to supply a manufacturers License Certificate is requested. 1.3.4. Warranty: Submit specimen copy of manufacturer's standard Joint and Several waterproofing warranty.

1.4 Quality AssuranceNOT 1.4.1. Manufacturer shall submit 3 exposed top stadium seating projects (each 1,500 m2 or larger for the exposed precast decks) with proven history of service for a VIEWINGminimum of 5 years. 1.4.2. Applicator shall be licensed by the manufacturer to install specified system. 1.4.3. ADOpplicator shall have 10 years or more experience in installing the specified system for exposed top stadium seating projects. 1.4.4. Requirement of Regulatory Agencies: Comply with applicable codes, regulations, ordinances and laws regarding use and application of coating systems. 1.4.5. Field Sample:

171 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 2 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. Install a field sample of at least 10 m2 at the project site or pre-selected area as agreed to by owner's representative, applicator and manufacturer. 2. Apply material in accordance with manufacturer’s written application instructions. 3. Field sample accepted by owner's representative will be the standard for judging color and texture on remainder of project. 4. Maintain field sample during construction for workmanship comparison. 5. Do not alter, move, or destroy field sample until work is completed and approved by Owner’s representative.

1.5 Delivery, Storage And Handling ONLY 1.5.1. Delivery: Materials shall be delivered in original sealed containers, clearly marked with supplier's name, brand name and type of material. 1.5.2. Storage and Handling: Recommended material storage temperature is 75°F (23°C). Handle products to prevent damage to container. All materials shall be stored in compliance with local fire and safety requirements. Do not store at high temperatures or in direct sunlight. 1.6 Project Conditions COPY 1.6.1. Prior to starting work, read and follow the SDS and container labels for detailed health and safety information. 1.6.2. Do not proceed with application of materials when substrate temperature is less than 40°F (4°C) if precipitation is imminent,SUBMIT or to a damp, unclean or frosty surface. Ambient temperature should be a minimum 40°F (4°C) and rising, and more than 5°F (3°C) above dew point. Special precautions shall be taken when ambient and/or substrate temperatures are approaching, at, or above 100°F (38°C) and it may be necessary to limit material application to evening hours for exterior exposed decks. 1.6.3. Coordinate waterproofing work with other trades. Applicator shall have sole right of access to the specified area for the time needed to complete the application and allow the vehicularNOT traffic coatings to cure adequately. 1.6.4. Protect plants, vegetation or other surfaces not to be coated against damage or soiling. VIEWING1.6.5. Keep products away from spark or flame. Do not allow the use of spark-producing equipment during application and until all vapors have dissipated. Post "No Smoking"DO signs. 1.6.6. Maintain work area in a neat and orderly condition, removing empty containers, rags and rubbish daily from the site.

172 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 3 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.7 Warranty 1.7.1. Provide signed copies of the following written warranties for a period of 5 years minimum against defective materials and workmanship. 1. Manufacturer’s standard Joint and Several warranty with 5 years minimum warranty period, on a single document to include labour and materials. , signed by the manufacturer and installer.

2.0 Products

2.1 Manufacturer 2.1.1. The following materials as manufactured by NEOGARDONLY are considered to meet the requirements of this specification and shall be considered as the minimum basis of performance for the selection of materials. 2.1.2. No submittals for substitutions will be accepted after the bid closing date. All submittals for substitutions must be made in writing to the engineer with supporting technical data sheets and test data showing complete equivalent performance. Include list of completed projects with project names and addresses, names and addresses of consultants and owners, and other information specified. 2.2 Materials COPY 2.2.1. Vehicular Traffic Coating Materials (Auto-Gard® FC T materials): 1. Primer: Concrete and metal primers as required by NEOGARD®. 2. Flashing Tape: 86218 flashing tape.SUBMIT 3. Reinforcing Fabric: 86220 reinforcing fabric (Tietex T-272). 4. Sealant: 70991 or 70995 polyurethane sealant. 5. Aggregate: 7992U (12/20 mesh) silica (quartz) sand. Neogard #3 Flint aggregate for heavy duty areas 6. Base Coat: FC7500/FC7960 polyurethane coating. 7. First Wear CoatNOT Broadcast for heavy duty area (entrances, ramps, turning radii and drive lanes): Neogard 70714/70715 solvent free epoxy at 65 ft2/gal and broadcast Neogard #3 flint aggregate to rejection. 8. Second Wear Coat Broadcast for heavy duty area (entrances, ramps, turning VIEWING 2 radii and drive lanes): Neogard 70714/70715 solvent free epoxy at 65 ft /gal DOand broadcast Neogard #3 flint aggregate to rejection. 9. Topcoat (Non-UV Exposed Applications Only): FC7510/FC7961 polyurethane coating. 10. Topcoat (UV Exposed Applications): FC7540/FC7964 series polyurethane coating.

173 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 4 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.3 Material Performance Criteria 2.3.1. Typical physical properties of cured vehicular traffic coating materials used on this project are: PERFORMANCE REQUIREMENTS OF CURED FILM PHYSICAL TEST FC7500/FC7960 FC7510/FC7961 FC7540/FC7964 PROPERTIES METHOD Tensile ASTM 1,500 psi 2,200 psi 1,600 psi Strength D412 ASTM Elongation 500% 80% 100% D412 Permanent ASTM <20% <10%ONLY <10% Set D412 Tear ASTM 150 pli 165 pli 155 pli Resistance D1004 Water ASTM <1% @ 7 days <1% @ 7 days <2% @ 7 days Resistance D471 Taber ASTM Abrasion N/A 55 mg 88 mg D4060 1,000 CS-17 ASTM Shore A 74-79 84-90 80-90 D2240 ASTM COPY Adhesion 400 psi 400 psi 400 psi D4541 "Standard Specifications SUBMIT for High Solids Content, Cold-Applied ASTM System Exceeds Requirements Elastomeric C957 Waterproofing Membrane with Integral NOT Wearing Surface" VIEWING 2.3.2. The above tested results are typical values. Individual lots may vary up to 10% from the typical value. Further technical information can be found at http://www.neogard.com.DO

2.4 Accessories 2.4.1. Miscellaneous materials such as cleaning agents, adhesives, reinforcing fabric, backer rod, deck drains, etc., shall be compatible with the specified vehicular traffic

174 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 5 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

coating system.

2.5 Mixing 2.5.1. Comply with manufacturer's instructions for mixing procedures.

3.0 EXECUTION

3.1 Examination 3.1.1. Concrete: Verify that the work done under other sections meets the following requirements: ONLY 1. That the concrete deck surface is free of ridges and sharp projections. If metal forms or decks are used they should be ventilated to permit adequate drying of concrete. 2. That the concrete was cured for a minimum of 28 days. (Minimum of 4,000 psi compressive strength). Water-cured treatment of concrete is preferred. The use of concrete curing agents, if any, shall be of the sodium silicate base only; others require written approval by NEOGARD®. 3. That the concrete was finished by a power or hand steel trowel followed by soft hair broom to obtain light texture or “sidewalk” finish. 4. That damaged areas COPYof the concrete deck be restored to match adjacent areas. Use 70714/70715-09 clear 100% solids epoxy and sand for filling and leveling. SUBMIT 3.2 Preparation 3.2.1. Cleaning: Surfaces contaminated with oil or grease shall be vigorously scrubbed with a stiff bristle broom and a strong non-sudsing detergent such as NEOGARD® 8500 BioDegradable Cleaner. Thoroughly wash, clean, and dry. Areas where oil or other contaminants penetrate deep into the concrete may require removal by mechanical methods. 3.2.2. Shot-Blasting: RequiredNOT surface preparation method for remedial construction is also the preferred method for new construction. Mechanically prepare surface by shot-blasting to industry standard surface texture (ICRI's CSP3-CSP4) without causing additional surface defects in substrate. Shot-blasting does not remove VIEWINGdeep penetrating oils, grease, tar or asphalt stains. Proper cleaning procedures should be followed to ensure proper bonding of the deck coating. 3.2.3. ADOcid Etching: Is NOT acceptable on this project. 3.2.4. Cracks and Cold Joints: Visible hairline cracks (less than 1/16" in width) in concrete and cold joints shall be cleaned, primed as required and treated with thoroughly mixed FC7500/FC7960 base coat material a minimum distance of 2" on each side of crack to yield a total thickness of 30 dry mils. Large cracks (greater than 1/16" in width) shall be routed and sealed with 70991 or 70995 sealant. Sealant shall be

175 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 6 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

applied to inside area of crack only, not applied to deck surface. Detail sealed cracks with thoroughly mixed FC7500/FC7960 base coat material a distance of 2" on each side of crack to yield a total thickness of 30 dry mils. 3.2.5. Control Joints: Seal control joints equal to or less than 1" in width with 70995 urethane sealant. Depending on the width to depth ratio of the joint, backing material and a bond breaker may be required. Install sealants in accordance with ASTM C 1193 and manufacturer's instructions. Detail sealed joints with thoroughly mixed FC7500/FC7960 base coat material a distance of 2" on each side of joint to yield a total thickness of 30 dry mils. 3.2.6. Flashing Tape: Install 86218 flashing tape and 86220 reinforcing fabric where indicated on the drawings and/or where required by the manufacturer prior to the application of base coat. ONLY 3.2.7. Surface Condition: Surface shall be clean and dry prior to coating.

3.3 Application 3.3.1. Factors That Affect Dry Film Thickness: Volume of solids, thinning, surface profile, application technique and equipment, overspray, squeegee, brush and roller wet out, container residue, spills and other waste are among the many factors that affect the amount of wet coating required to yield proper dry film thickness. To ensure that specified dry film thickness is achieved, use a wet mil gauge to verify actual thickness of wet coatingCOPY applied, adjusting as needed for those factors which directly affect the dry film build. 3.3.2. Seed and Backroll Method (except over #3 Flint broadcast): 1. Primer is Mandatory on concrete SUBMITsurfaces. Thoroughly mix primer and apply at a rate of 300-350 sf/gal (0.33 gal/100 sf) to all concrete surfaces. Within 24 hours of application of primer, base coat must be applied. If base coat cannot be applied within 24 hours, inspect surface for contaminants, clean surface as necessary, and re-prime. 2. Base Coat: Thoroughly mix FC7500/FC7960 base coat material and apply at a rate of 80 sf/gal (1.25 gal/100 sf or 20 wet mils) to yield 20 dry mils. Extend base coat overNOT cracks and control joints which have received detail treatment. 3. Epoxy Double Broadcast Overlay (Heavy Duty Areas Only): Thoroughly mix 70714/70715-09 epoxy broadcast overlay coat material and apply over base coat at a rate of 65 sf/gal (25 wet mils) to yield 25 dry mils, and immediately VIEWINGbroadcast selected aggregate to rejection, into wet coating at an approximate rate of 60 lbs/100 sf. When dry, remove excess aggregate. Thoroughly mix DO70714/70715-09 epoxy broadcast overlay coat material and apply at a rate of 65 sf/gal ( 25 wet mils) to yield 25 dry mils, and immediately broadcast selected aggregate to rejection, into wet coating at an approximate rate of 60 lbs/100 sf. 4. Topcoat: Note: Depending on the application, select topcoat accordingly. For interior/covered applications not exposed to UV light (i.e. sunlight and some

176 of 306 City of Toronto Section 07 18 00 Centennial Park Stadium Building Traffic Waterproofing Coating Page 7 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

fluorescent lighting), use polyurethane topcoat under Sentence 5. Polyurethane topcoat under Sentence 6. shall be used for interior/covered or exterior applications exposed to UV light. 5. Standard Duty Interior/Covered-Thoroughly mix FC7510/FC7961 topcoat material and apply on to base coat at a minimum rate of 80 sf/gal (1.25 gal/100 sf or 20 wet mils) to yield a minimum of 20 dry mils. Immediately broadcast 12/20 aggregate at a rate of approximately 15 lbs/100 sf and backroll to encapsulate aggregate. 6. Heavy Duty Interior/Covered- Thoroughly mix FC7510/FC7961 topcoat material and apply over the #3 Flint aggregate at a minimum rate of 65 sf/gal (1.5 gal/100 sf or 25 wet mils) to yield a minimumONLY of 25 dry mils. 7. Standard Duty Exterior- Thoroughly mix FC7540/FC7964 topcoat material and apply on to base coat at a minimum rate of 57 sf/gal (1.8 gal/100 sf or 28 wet mils) to yield a approximately 25 dry mils. Immediately broadcast 12/20 aggregate at a rate of approximately 15 lbs/100 sf and backroll to encapsulate aggregate. 8. Heavy Duty Exterior- Thoroughly mix FC7540/FC7964 topcoat material and apply at a rate of 57 sf/gal (1.8 gal/100 sf or 28 wet mils) to yield 25 dry mils over the Flint #3 aggregate broadcasts. 9. Note: Standard system coating thickness required in parking stall areas is a minimum of 40-45 dryCOPY mils exclusive of primer and aggregate. Heavy duty application areas will yield 90-95 dry mils exclusive of primer and aggregate, Required surface texture to be approved by the owner and consultant based on applied mockup samples. SUBMIT 3.4 Cleaning 3.4.1. Remove debris resulting from completion of coating operation from the project site. 3.4.2. Refer to the NEOGARD® Vehicular Deck Coating Systems Maintenance Manual for typical cleaning methods. 3.5 Protection NOT 3.5.1. After completion of application, do not allow traffic on coated surfaces for a period of at least 24–36 hours at 75°F (24°C) and 50% R.H., or until completely cured. VIEWING END OF SECTION DO

177 of 306 City of Toronto Section 07 21 16 Centennial Park Stadium Building - Blanket Insulation Page 1 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

PART 1 - GENERAL

1 REFERENCES

.1 American Society for Testing and Materials International (ASTM).

1.1 American Society for Testing and Materials International Thermal Insulation for Commercial and Industrial Applications.

1.2 ASTM C 665-01e1, Specification for Mineral-Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. ONLY 1.3 ASTM C 1320-05, Standard Practice for Installation of Mineral Fiber Batt and Blanket Thermal Insulation for Light Frame Construction.

.2 Canadian Gas Association (CGA)

1.1 . CAN/CGA-B149.1-05, Natural Gas and Propane Installation Code Handbook.

1.2 CAN/CGA-B149.2-05, Propane Storage and Handling Code. .3 Canadian Standards AssociCOPYation (CSA International) 1.1 CSA B111-1974(R2003), Wire Nails, Spikes and Staples. .4 Underwriters Laboratories of Canada (ULC)SUBMIT 1.1 CAN/ULC-S604-M1991, Type A Chimneys.

1.2 CAN/ULC-S702-1997, Standard for Mineral Fiber Insulation.

2 ACTION AND INFORMATIONAL SUBMITTALS .1 Product Data: .2 Submit manufacturer's printed product literature, specifications and data sheet in accordance with SectionNOT 01 33 00 - Submittal Procedures. .3 Manufacturer's Instructions: 1.1 Submit manufacturer's installation instructions. VIEWING 3 QUALITY ASSURANCE .1 TestDO Reports: certified test reports showing compliance with specified performance characteristics and physical properties. .2 Certificates: product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements. .3 Convene pre-installation meeting one week prior to beginning work of this 178 of 306 City of Toronto Section 07 21 16 Centennial Park Stadium Building - Blanket Insulation Page 2 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

Section and on-site installations in accordance with Section 01 32 10 - Construction Progress Schedules - Bar (GANTT) Chart. 1.1 Verify project requirements. 1.2 Review installation and substrate conditions. 1.3 Co-ordinate with other building subtrades. 1.4 Review manufacturer's installation instructions and warranty requirements.

4 WASTE MANAGEMENT AND DISPOSAL

.1 Remove from site and dispose of packaging materials at appropriate facilities. ONLY PART 2 - PRODUCTS

1.0 SUSTAINABLE REQUIREMENTS .1 Not used.

2.0 INSULATION .1 Thermal Batt and blanket mineral fibre: to ASTM C 553 ASTM C 665 CAN/ULC S702. Type: 1. COPY Thickness: 90mm as indicated. .2 Acoustic Batt and blanket mineral fibre: to ASTM C 553 ASTM C 665 CAN/ULC S702. SUBMIT Type: 1. Semi-ridid r-30 batt insulation; min. 32kg/m³ density mineral wool insulation Thickness: 76mm as indicated. 3.0 ACCESSORIES .1 Insulation clips: Impale type, perforated 50 x 50 mm cold rolled carbon steel 0.8 mm thick, adhesive back, spindle of 2.5 mm diameter annealed steel, length to suit insulation, 25 mm diameter washers of self locking type. .2 Nails: galvanized steel,NOT length to suit insulation plus 25 mm, to CSA B111. .3 Staples: 12 mm minimum leg. .4 Tape: as recommended by manufacturer. VIEWING PART3 - EXECUTION 1.0 MANUFACTURER'SDO INSTRUCTIONS .1 Compliance: comply with manufacturer's written data, including product technical bulletins, product catalogue installation instructions, product carton installation instructions, and data sheets. 2.0 INSULATION INSTALLATION .1 Install insulation to maintain continuity of thermal protection to building elements 179 of 306 City of Toronto Section 07 21 16 Centennial Park Stadium Building - Blanket Insulation Page 3 of 3 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

and spaces and to ASTM C 1320 . .2 Fit insulation closely around electrical boxes, pipes, ducts, frames and other objects in or passing through insulation. .3 Do not compress insulation to fit into spaces. .4 Keep insulation minimum 75 mm from heat emitting devices ch as recessed light fixtures, and minimum 50 mm from sidewalls of CAN/ULC-S604 Type ‘A’ chimneys and CAN/CGA-B149.1 and CAN/CGA-B149.2 Type ‘B’ and ‘L’ vents. .5 Do not enclose insulation until it has been inspected and approved by Consultant.

3.0 CLEANING ONLY .1 Upon completion of installation, remove surplus materials, ubbish, tools and equipment barriers.

END OF SECTION COPY SUBMIT

NOT VIEWING DO

180 of 306 City of Toronto Membranes – Air Section 07 28 00 Centennial Park Stadium Building - Vapour Barrier Page 1 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Section Includes

1.1.1 Supply and installation of high temperature self-adhesive membrane flashing under all metal flashings as indicated on the drawings and as specified herein.

1.2 References, Codes & Standards

1.2.1 ASTM D 146

1.2.1.1 Standard Test Methods for Sampling and Testing Bitumen-SaturatedONLY Felts and Fabrics Used in Roofing and Waterproofing.

1.2.2 ASTM D 412

1.2.2.1 Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension.

1.2.3 ASTM D 570 1.2.3.1 Standard Test Method for WateCOPYr Absorption of Plastics. 1.2.4 ASTM D 882 1.2.4.1 Standard Test Method for Tensile ProperSUBMITties of Thin Plastic Sheeting. 1.2.5 ASTM D 903

1.2.5.1 Standard Test Method for Peel or Stripping Strength of Adhesive

1.2.6 ASTM D 1970

1.2.7 Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as SteepNOT Roofing Under layment for Ice Dam Protection. 1.2.8 ASTM E 96

1.2.8.1 Method B - Standard Test Methods for Water Vapor Transmission of VIEWINGMaterials. 1.2.9 ASTMDO E 154 1.2.9.1 Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover.

1.2.10 ASTM E 283

181 of 306 City of Toronto Membranes – Air Section 07 28 00 Centennial Park Stadium Building - Vapour Barrier Page 2 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.2.10.1 Standard Test Method for Determining Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen.

1.2.11 ASTM E 783

1.2.11.1 Standard Test Method for Field Measurement of Air Leakage Through Installed Exterior Windows and Doors.

1.2.12 ASTM E 1105

1.2.12.1 Standard Test Method for Field Determination of Water Penetration of Installed Exterior Windows, Skylights, Doors, and CurtainONLY Walls by Uniform or Cyclic Static Air Pressure Difference.

1.2.13 ASTM E 2178

1.2.13.1 Standard Test Method for Air Permeance of Building Materials.

1.2.14 CGSB 37-GP-56M

1.2.14.1 Membrane, Modified Bituminous, Prefabricated, and Reinforced for Roofing. 1.3 Submittals –Shop DrawingsCOPY, Product Data and Samples 1.3.1 Make submissions in accordance with Section 01 33 00 - Submittal Procedures. 1.3.2 Submit 300 × 300mm (12” × 12”) sample ofSUBMIT each material. 1.3.3 Submit manufacturer's printed product literature, specifications, installation instructions and WHIMIS/VOC data sheets.

1.4 Delivery, Storage, Handling

1.4.1 Deliver, store and handle materials in accordance with Section 01 60 00 - Product Requirements.NOT 1.5 Mock Up VIEWING1.5.1 Prepare in accordance with Section 01450 - Quality Control. 1.5.2 Construct mock-ups for connection of air barrier around perimeter of following wall DOpenetration conditions, in locations directed by Architect. 1.5.3 Each type of ventilation grille, exhaust outlet and other exterior wall/roof penetration.

1.5.4 Co-ordinate mock-ups with respective trades for timely installation of penetration items. 182 of 306 City of Toronto Membranes – Air Section 07 28 00 Centennial Park Stadium Building - Vapour Barrier Page 3 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.5.5 Notify Consultant at least 48 hours in advance to review mock-ups.

1.5.6 Approved mock-ups may remain part of Work.

1.6 Waste Management

1.6.1 Separate and handle waste materials in accordance with Section 01 74 21 – Waste Management and Disposal.

1.7 Closeout Submittals 1.7.1 Make submissions in accordance with Section 01 78 00 – ONLYCloseout Submittals. 2. PRODUCTS

2.1 Acceptable Products

2.1.1 Self-adhesive high temperature membrane flashing: 40 mil thick self-adhering rubberized asphalt/modified bitumen, fiber reinforced composite membrane.

2.1.2 Acceptable Manufacturers: 2.1.3 a) Bakor Inc. / model: BlueskinCOPY PE 200 HT 2.1.4 b) Soprema Inc. / model: Lastobond Shield HT 2.1.5 c) Or approved equivalent. SUBMIT 2.1.6 Primer – for self-adhesive membrane flashing as recommend by membrane manufacturer.

3. EXECUTION

3.1 PREPARATION 3.1.1 Be responsible for installationNOT and proper placement of self-adhesive membrane strips and air barrier starter strips around rough openings prior to installation of wall penetration items to ensure airtight and weather sealed junctions between VIEWINGwall penetration items and membrane - air vapour retarder application. 3.1.2 Install metal flashings detailed/indicated to be tied into membrane - air vapour retarder,DO to shed moisture to exterior of building. 3.2 REVIEW 3.2.1 Do not permit installations to be concealed or enclosed without review by Consultant.

183 of 306 City of Toronto Membranes – Air Section 07 28 00 Centennial Park Stadium Building - Vapour Barrier Page 4 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.2.2 Pay costs for additional inspections required to confirm that air barrier installation including air barrier connections at frames and other exterior wall penetrations are in accordance with approved site mock-ups.

3.2.3 Make good non-conforming work at no cost to Owner.

3.3 CLEANING

3.3.1 Clean up after work of this section in accordance with Section 01 74 00 – Cleaning. End of Section ONLY

COPY SUBMIT

NOT VIEWING DO

184 of 306 City of Toronto Sheet Metal Section 07 62 00 Centennial Park Stadium Building - Flashing and Trim Page 1 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. General

1.1 Related Requirements

1.1.1 Section 02 41 99 – Demolition for Minor Works

1.1.2 Section 07 92 00 – Joint Sealants

1.2 References 1.2.1 The Aluminum Association Inc. (AAI) ONLY 1.2.1.1 AAI-Aluminum Sheet Metal Work in Building Construction-2002

1.2.1.2 AAI DAF45-03, Designation System for Aluminum Finishes.

1.2.2 American Society for Testing and Materials International (ASTM)

1.2.2.1 ASTM A 167-99(2004), Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip

1.2.2.2 ASTM A 240/A 240M-07e1, Standard Specification for Chromium and Chromium-Nickel StainlessCOPY Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications

1.2.2.3 ASTM A 606-04, Standard Specification for Steel, Sheet and Strip, High- Strength, Low-Alloy, Hot-Rolled and Cold-Rolled,SUBMIT with Improved Atmospheric Corrosion Resistance

1.2.2.4 ASTM A 653/A 653M-07, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process

1.2.2.5 ASTM A 792/A 792M-06a, Standard Specification for Steel Sheet, 55% Aluminum-Zinc Alloy-CoatedNOT by the Hot - Dip Process 1.2.2.6 ASTM B 32-04, Standard Specification for Solder Metal VIEWING1.2.2.7 ASTM B 370-03, Standard Specification for Copper Sheet and Strip for Building Construction 1.2.2.8 ASTMDO D 523-89(1999), Standard Test Method for Specular Gloss 1.2.2.9 ASTM D 822-01(2006), Standard Practice for Filtered Open-Flame Carbon- Arc Exposures of Paint and Related Coatings

1.2.3 Canadian Roofing Contractors Association (CRCA)

185 of 306 City of Toronto Sheet Metal Section 07 62 00 Centennial Park Stadium Building - Flashing and Trim Page 2 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.2.3.1 Roofing Specifications Manual 1997

1.2.4 Canadian General Standards Board (CGSB)

1.2.4.1 CAN/CGSB-51.32-M77, Sheathing, Membrane, Breather Type

1.2.4.2 CAN/CGSB-93.1-M85, Sheet Aluminum Alloy, Prefinished, Residential

1.2.5 Canadian Standards Association (CSA International)

1.2.5.1 CSA A123.3-05, Asphalt Saturated Organic Roofing Felt 1.2.5.2 AAMA/WDMA/CSA 101/I.S.2/A440-2008, Standard/SpecificationONLY for Windows, Doors, and Unit Skylights

1.2.5.3 CSA B111-1974(R2003), Wire Nails, Spikes and Staples

1.2.6 Health Canada/Workplace Hazardous Materials Information System (WHMIS)

1.2.6.1 Material Safety Data Sheets (MSDS)

1.3 Action and Informational Submittals 1.3.1 Provide submittals in accordanceCOPY with Section 01 33 00 – Submittal Procedures. 1.3.2 Product Data: 1.3.2.1 Submit manufacturer's printed product SUBMITliterature for sheet metal flashing systems materials, specifications and datasheet and include product characteristics, performance criteria, physical size, finish and limitations.

1.3.2.2 Submit two copies WHMIS MSDS – Material Safety Data Sheets in accordance with Section 01 35 10 – Health and Safety Requirements.

1.3.3 Shop Drawings: 1.3.3.1 Shop drawings: submitNOT drawings of eac h flashing, fascia and trim detail. 1.3.4 Samples: VIEWING1.3.4.1 Submit duplicate 50 × 50 mm samples of each type of sheet metal material, finishesDO and colours. 1.4 Quality Assurance 1.4.1 Pre-Installation Meetings: convene pre-installation meeting one week prior to beginning work of this Section and on-site installation, with contractor's representative and Consultant in accordance with Section 01 32 10 - Construction Progress Schedule - Bar (GANTT) Chart to: 186 of 306 City of Toronto Sheet Metal Section 07 62 00 Centennial Park Stadium Building - Flashing and Trim Page 3 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.4.1.1 Verify project requirements

1.4.1.2 Review installation and substrate conditions

1.4.1.3 Co-ordination with other building subtrades.

1.4.2 Review manufacturer's installation instructions and warranty requirements

1.5 Delivery, Storage and Handling

1.5.1 Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements. ONLY 1.5.2 Waste Management and Disposal:

1.5.2.1 Separate waste materials for reuse and recycling

2. Products

2.1 Sheet Metal Materials

2.1.1 Copper sheet: not used 2.1.2 Zinc coated steel sheet: not usedCOPY 2.1.3 Aluminum-zinc alloy coated steel sheet 2.1.4 Electrolytic zinc coated, chromate treated,SUBMIT steel sheet: not used 2.1.5 Stainless steel sheet: not used

2.1.6 Textured stainless steel sheet: not used

2.1.7 Weathering steel sheet: not used 2.1.8 Aluminum sheet: notNOT used 2.2 Prefinished Steel Sheet VIEWING2.2.1 Not used 2.3 PrefinishedDO Aluminum Sheet 2.3.1 Finish: factory applied coating to CAN/CGSB-93.1 supplemented and amended as follows: 2.3.1.1 Type 1

2.3.1.2 Class F1S from manufacturer's standard range 187 of 306 City of Toronto Sheet Metal Section 07 62 00 Centennial Park Stadium Building - Flashing and Trim Page 4 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.3.1.3 Colour to match existing condition. Submit colour samples to Owner's representative for selection.

2.3.1.4 Specular gloss: low, match existing

2.3.1.5 Coating thickness: not less than 22 micrometres

2.3.1.6 Outdoor exposure period: 20 years

2.3.1.7 Exposure period for humidity resistance: 5,000 hours 2.3.1.8 Exposure period for salt spray resistance: 2,000 hours ONLY 2.3.2 Thickness specified for prefinished aluminum sheet applies to base metal.

2.4 Accessories

2.4.1 Isolation coating: alkali resistant bituminous paint

2.4.2 Plastic cement: to CAN/CGSB 37.5

2.4.3 Underlay for metal flashing: asphalt laminated 3.6 to 4.5 kg craft paper 2.4.4 Sealants: refer to Section 07 92COPY 00 - Joint Sealants 2.4.5 Cleats: of same material, and temper as sheet metal, minimum 50 mm wide. Thickness same as sheet metal being secured.SUBMIT 2.4.6 Fasteners: of same material as sheet metal, to CSA B111, ring thread flat head roofing nails of length and thickness suitable for metal flashing application.

2.4.7 Washers: of same material as sheet metal, 1 mm thick with rubber packing.

2.4.8 Touch-up paint: as recommended by prefinished material manufacturer. 2.5 Fabrication NOT 2.5.1 Fabricate metal flashings and other sheet metal work in accordance with applicable CRCA 'FL' series details. VIEWING2.5.2 Fabricate aluminum flashings and other sheet aluminum work in accordance with AAI-AluminumDO Sheet Metal Work in Building Construction. 2.5.3 Form pieces in 2,400 mm maximum lengths 2.5.3.1 Make allowance for expansion at joints

2.5.4 Hem exposed edges on underside 12 mm

188 of 306 City of Toronto Sheet Metal Section 07 62 00 Centennial Park Stadium Building - Flashing and Trim Page 5 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.5.4.1 Mitre and seal corners with sealant

2.5.5 Form sections square, true and accurate to size, free from distortion and other defects detrimental to appearance or performance.

2.5.6 Apply isolation coating to metal surfaces to be embedded in concrete or mortar.

2.6 Metal Flashings

2.6.1 Form flashings, copings and fascias to profiles indicated of 0.61 mm thick prefinished aluminum.

2.7 Pans ONLY 2.7.1 Not used

2.8 Reglets and Cap Flashings

2.8.1 Not used

2.9 Eaves Troughs and Downpipes 2.9.1 Not used COPY 2.10 Scuppers 2.10.1 Not used SUBMIT 2.11 Aluminum Finishes

2.11.1 Not used

3. Exe cution 3.1 Manufacturer’s InstruNOTctions 3.1.1 Compliance: comply with manufacturer's written recommendations, including product technical bulletins, handling, storage and installation instructions, and VIEWINGdatasheets. 3.2 InstallationDO 3.2.1 Install sheet metal work in accordance with CRCA FL series details. 3.2.2 Use concealed fastenings except where approved before installation.

3.2.3 Provide underlay under sheet metal

189 of 306 City of Toronto Sheet Metal Section 07 62 00 Centennial Park Stadium Building - Flashing and Trim Page 6 of 6 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.2.3.1 Secure in place and lap joints 100 mm

3.2.4 Counter-flash bituminous flashings at intersections of roof with vertical surfaces and curbs.

3.2.4.1 Flash joints using S-lock forming tight fit over hook strips

3.2.5 Lock end joints and caulk with sealant.

3.2.6 Install surface mounted reglets true and level, and caulk top of reglet with sealant. 3.2.7 Insert metal flashing under cap flashing to form weather tightONLY junction. 3.2.8 Caulk flashing at cap flashing with sealant.

3.2.9 Install pans, where shown around items projecting through roof membrane.

3.3 Eaves Troughs and Downpipes

3.3.1 Not used 3.4 Scuppers COPY 3.4.1 Not used 3.5 Field Quality Control SUBMIT 3.5.1 Manufacturer's Field Services:

3.5.1.1 Not used

3.6 Cleaning

3.6.1 Proceed in accordance with Section 01 74 00 – Cleaning 3.6.2 On completion and verificationNOT of perform ance of installation, remove surplus materials, excess materials, rubbish, tools and equipment. VIEWING3.6.3 Leave work areas clean, free from grease, finger marks and stains DO End of Section

190 of 306 City of Toronto Section 07 90 00 Centennial Park Stadium Building Page 1 of 2 Sealants and Caulking - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Description 1.1.1. The work described in this Section consists of the supply and installation of caulking components to seal: 1. Door and window framing perimeters. 2. Joints 3. Miscellaneous construction voids.

1.2 Delivery, Storage and Handling ONLY 1.2.1. Deliver and store materials in manufacturer's original packaging, with labels intact. Store in weatherproof sheds, warmed as necessary. Protect volatile and inflammable materials from direct sources of heat, open flame and sparks.

2.0 Products

2.1 Sealants 2.1.1. All caulking shall be "Dymeric 240" by Tremco Ltd., or approved equal, conforming to CAN/CGSB 19.24-M90, exceptCOPY where specified otherwise. 2.1.2. All interior locations shall be caulked with "Dymenic" by Tremco Ltd., or approved equal, conforming to CAN/CGSB 19.13-M87. 2.1.3. Horizontal joints in slabs, sidewalks, etc.SUBMIT shall be caulked with THC 900 or THC 901, by Tremco Ltd., or approved equal, conforming to ASTM C-920, Type M, Grade P, Class 25. 2.1.4. Plumbing fixtures, vanity tops, etc. shall be sealed with Tremsil 600, White, by Tremco Ltd., or approved equal, conforming to ASTM C-920. 2.1.5. Acoustical sealant for concealed perimeter joints and openings in drywall systems shall be by Tremco Ltd., orNOT approved equal, conforming to CAN/CGSB-19.21-M87. 2.2 Related Materials 2.2.1. Back-up material: Of bond-breaking, non-absorbent, closed cell, round cross section polyethylene, neoprene, urethane, or vinyl as supplied or recommended by caulking VIEWINGmanufacturer. Backup size shall be 30% larger than joint width. 2.2.2. TapeDO where required as bond breaker shall be polyethylene which will not bond to caulking material. 2.2.3. T hinners, cleaners, surface conditioner or primer: Type supplied or recommended by the caulking manufacturer for the application and purpose served.

191 of 306 City of Toronto Section 07 90 00 Centennial Park Stadium Building Page 2 of 2 Sealants and Caulking - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.0 Execution

3.1 Preparation 3.1.1. Ambient and surface temperatures to be within a range of 5°C to 30°C. Provide heated enclosures when necessary to maintain temperatures above the minimum limit. 3.1.2. Surfaces of materials to be caulked are to be firm, free from dirt, water, frost, oil, grease and foreign matter which will impede adhesion of the caulking material. Use oil-free solvent recommended by caulking manufacturer to clean surfaces. 3.1.3. Allow masonry mortar to fully cure and dry a minimum of two weeks before caulking joints in masonry. ONLY 3.2 Workmanship 3.2.1. Carry out work by persons proficient in the use of materials specified neatly and carefully to ensure full adhesion. Work to be in accordance with the material manufacturer's instructions.

3.3 Application 3.3.1. Prime joints with surface conditioner; apply in accordance with caulking manufacturer's instructions. Allow primer to cure. 3.3.2. Before caulking, examine joinCOPYt sizes and correct to achieve proper width/depth ratio as per manufacturer's recommendations. 3.3.3. Apply sealant backer wherever necessary to provide correct joint depth. 3.3.4. Where possible, conceal caulking flush. WSUBMIThere caulking is required to be recessed as shown on the drawings, the recess to be 3mm. to 6mm. Apply caulking with pressure gun fitted with a suitable nozzle. Ensure that an excess of the sealant is always pushed ahead of the nozzle and forced into the joint. The cured sealant to be free from ridges, wrinkles, air pockets and imbedded foreign matter and have a slightly concave surface.

3.4 Finished Appearance 3.4.1. Present a neat finishNOT with clean lines, without staining, sagging, excess, splatter or drips at the joint or on adjacent work.

3.5 Clean-Up VIEWING3.5.1. Remove droppings of excess caulking using recommended cleaners, and clean surfaces immediately. Ensure surplus material is not permitted to set hard before removal.DO 3.5.2. R emove all debris from site daily and upon completion End of Section

192 of 306 City of Toronto Preformed Expansion Section 07 95 00 Centennial Park Stadium Building - Joint System Page 1 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

PART 1 – GENERAL

1.01 Work Included

A. The work shall consist of furnishing and installing waterproof expansion joints in accordance with the details shown on the plans and the requirements of the specifications. Preformed sealant shall be silicone pre-coated, preformed, pre-compressed, self-expanding, sealant system. B. Related Work • Division 3 - Cast-in-Place Concrete • Division 7 - Thermal & Moisture Protection ONLY • Division 7 - Sealants, Caulking and Waterproofing

1.02 Submittals

A. General – Submit the following according to Division 1 Specification Section.

B. Standard Submittal Package – Submit typical expansion joint drawing(s) indicating pertinent dimensions, general construction, expansion joint opening dimensions and product information.

C. Sample of material is requiredCOPY at time of submittal.

D. All products must be certified by independent laboratory test report to be free in composition of any waxes or wax compoundsSUBMIT using FTIR and DSC testing.

E. All products shall be certified in writing to be: a) capable of withstanding 150°F (65°C) for 3 hours while compressed down to the minimum of movement capability dimension of the basis of design product (-50% of nominal material size) without evidence of any bleeding of impregnation medium from the material; and b) that the same material after the heat stability test and after first being cooled to room temperature will subsequently self-expand to the maximum of movement capabilityNOT dimension of the basis-of-design product (+50% of nominal material size) within 24 hours at room temperature 68°F (20°C).

F. Quality and Environmental control: Manufacturer shall be certified to both VIEWINGISO-9001:2015 (quality management) and ISO-14001:2015 (environmental management), and shall provide written confirmation that formal Quality and DOEnvironmental management systems and processes have been adopted.

1.03 Product Delivery, Storage and Handling

A. Deliver products to site in Manufacturer’s original, intact, labeled containers. Handle and protect as necessary to prevent damage or deterioration during 193 of 306 City of Toronto Preformed Expansion Section 07 95 00 Centennial Park Stadium Building - Joint System Page 2 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

shipment, handling and storage. Store in accordance with manufacturer’s installation instructions.

1.04 Basis of Design

A. All joints shall be designed to meet the specified performance criteria of the project as manufactured by: (USA & International) EMSEAL JOINT SYSTEMS, LTD 25 Bridle Lane, Westborough, MA 01581-2603, Toll Free: 800-526-8365. (Canada) EMSEAL, LLC 120 Carrier Drive, Toronto, Ontario, Canada M9W 5R1 Toll Free: 800-526-8365. www.emseal.com

B. Alternate manufacturers must demonstrate that theirONLY products meet or exceed the design criteria and must submit certified performance test reports performed by nationally recognized independent laboratories as called for in section 1.02 Submittals. Submittal of alternates must be made three weeks prior to bid opening to allow proper evaluation time.

1.05 Quality Assurance

A. The General Contractor will conduct a pre-construction meeting with all parties and trades involved in the treatment of work at and around expansion joints including, but not limited to, concrete, mechanical, electrical, HVAC, landscaping, masonry, curtain wall, waterproofing,COPY fire-stopping, caulking, flooring and other finish trade subcontractors. All superintendents and foremen with responsibility for oversight and setting of the joint gap must attend this meeting. The General Contractor is responsible to coordinate and schedule all trades and ensure that all subcontractors understand their responsibilitieSUBMITs in relation to expansion joints and that their work cannot impede anticipated structural movement at the expansion joints, or compromise the achievement of watertightness or life safety at expansion joints in any way. B. Warranty – Manufacturer’s standard warranty shall apply.

C. LEED Building Performance Requirements: The VOC of the silicone must not exceed 50 grams/liter.NOT PART 2 – PRODUCT

2.01 General VIEWING A. Provide traffic durable, watertight, expansion joint by EMSEAL Joint Systems for DOexpansion joints and isolation joints in decks. Typical locations include, but are not limited to the following: applications for joints over occupied space, below-grade, stair tower perimeters, elevator perimeters, stadium tread and risers, parking deck joints, treatment plant perimeters and covers, ice-floor perimeter joints, and structural expansion joints. System shall perform waterproofing, traffic bearing and movement-accommodation functions as the

194 of 306 City of Toronto Preformed Expansion Section 07 95 00 Centennial Park Stadium Building - Joint System Page 3 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

result of a single installation and without the addition of gutters, vapor barriers, bladders, or other devices suspended beneath or within the system in any way.

B. Provide DSM as manufactured by EMSEAL JOINT SYSTEMS LTD and as indicated on drawings for horizontal-plane expansion joint locations.

C. Sealant system shall be comprised of three components: 1) cellular polyurethane foam impregnated with hydrophobic 100% acrylic, water-based emulsion, factory coated with highway-grade, fuel resistant silicone; 2) field-applied epoxy adhesive primer, 3) field-injected silicone sealant bands.

D. Material shall be capable of movements of +50%, -50%ONLY (100% total) of nominal material size. Standard sizes from 1/2” (12mm) to 4” (150mm). Depth of seal as recommended by manufacturer.

E. Silicone coating to be highway-grade, low-modulus, jet-fuel resistant silicone applied to the impregnated foam sealant at a width greater than maximum allowable joint extension and which when cured and compressed will form a bellows.

F. DSM to be installed into manufacturer’s standard field-applied epoxy adhesive. COPY G. DSM is to be installed slightly recessed from the surface such that when the field-applied injection band of silicone is installed between the substrates and the foam-and-silicone-bellows, the system will be essentially flush with the substrate surface. SUBMIT

H. Select the sealant system model appropriate to the movement and design requirements at each joint location that meet the project specification or as defined by the structural engineer of record.

I. Manufacturer’s Checklist must be completed by expansion joint subcontractor and returned to manufacturer at time of ordering material. NOT 2.02 Fabrication

A. DSM by EMSEAL must be supplied precompressed to less than the joint size, VIEWINGpackaged in shrink-wrapped lengths (sticks).

B. DO Directional changes and terminations into horizontal plane surfaces to be provided by factory-manufactured universal-90-degree single units containing minimum 12-inch long leg and 6-inch long leg or custom leg on each side of the direction change or through field fabrication in strict accordance with installation instructions.

195 of 306 City of Toronto Preformed Expansion Section 07 95 00 Centennial Park Stadium Building - Joint System Page 4 of 4 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

PART 3 – EXECUTION

3.01 Installation

A. Preparation of the Work Area

1. The contractor shall provide properly formed and prepared expansion joint openings constructed to the exact dimensions and elevations shown on manufacturer’s standard system drawings or as shown on the contract drawings. Deviations from these dimensions will not be allowed without the written consent of the engineer of record. ONLY

2. The contractor shall clean the joint opening of all contaminants immediately prior to installation of expansion joint system. Repair spalled, irregular or unsound joint surfaces using accepted industry practices for repair of the substrates in question. Remove protruding roughness to ensure joint sides are smooth. Ensure that there is sufficient depth to receive the full depth of the size of the DSM being installed. Refer to Manufacturers Installation Guide for detailed step-by-step instructions.

3. No drilling, or screwing, or fasteners of any type are permitted to anchor the sealant system into theCOPY substrate.

4. System to be installed by qualified sub-contractors only according to detailed published installation proceduresSUBMIT and/or in accordance with job-specific installation instructions of manufacturer’s field technician.

3.02 Clean and Protect

A. Protect the system and its components during construction. Subsequent damage to the expansion joint system will be repaired at the general contractor’s expense. After work is complete, clean exposed surfaces with a suitable cleaner that will not harm or attack the finish. NOT

VIEWING END OF SECTION

DO

196 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 1 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Related Requirements 1.1.1. Not used

1.2 References 1.2.1. American Society for Testing and Materials International (ASTM) 1. ASTM A 653/A 653M-06a, Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed)ONLY by the Hot-Dip Process 2. ASTM B 29-03, Standard Specification for Refined Lead 3. ASTM B 749-03, Standard Specification for Lead and Lead Alloy Strip, Sheet and Plate Products 1.2.2. Canadian General Standards Board (CGSB) 1. CAN/CGSB-1.181-99, Ready-Mixed Organic Zinc-Rich Coating 2. CGSB 41-GP-19Ma-84, Rigid Vinyl Extrusions for Windows and Doors 3. Canadian Standards Association (CSA International) 4. CSA-G40.20-04/G40.21-04, General Requirements for Rolled or Welded Structural Quality Steel/SCOPYtructural Quality Steel 5. CSA W59-03, Welded Steel Construction (Metal Arc Welding) 1.2.3. Canadian Steel Door Manufacturers' AssociationSUBMIT (CSDMA) 1. CSDMA, Recommended Specifications for Commercial Steel Doors and Frames, 2000 2. CSDMA, Selection and Usage Guide for Commercial Steel Doors, 1990 1.2.4. National Fire Protection Association (NFPA) 1. NFPA 80-99, Standard for Fire Doors and Fire Windows 2. NFPA 252-03,NOT Standard Methods of Fire Tests of Door Assemblies 1.2.5. Underwriters' Laboratories of Canada (ULC) 1. CAN/ULC-S701-01, Standard for Thermal Insulation, Polystyrene, Boards and VIEWINGPipe Covering 2. CAN/ULC-S702-97, Standard for Thermal Insulation, Mineral Fibre, for DOBuildings 3. CAN/ULC-S704-03, Standard for Thermal Insulation, Polyurethane and Polyisocyanurate Boards, Faced 4. CAN4-S104-M80, Standard Method for Fire Tests of Door Assemblies

197 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 2 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

5. CAN4-S105-M85, Standard Specification for Fire Door Frames Meeting the Performance Required by CAN4-S104

1.3 System Description 1.3.1. Design Requirements: 1. Maximum deflection for exterior steel entrance screens under wind load of 1.2 kPa not to exceed 1/175th of span. 2. Steel fire rated doors and frames: labelled and listed by an organization accredited by Standards Council of Canada in conformance with CAN4-S104 NFPA 252 for ratings specified or indicated. ONLY 1.4 Action and Informational Submittals 1.4.1. Provide submittals in accordance with Section 01 33 00 – Submittal Procedures. 1.4.2. Provide product data: in accordance with Section 01 33 00 – Submittal Procedures. 1.4.3. Provide shop drawings: in accordance with Section 01 33 00 – Submittal Procedures. 1. Indicate each type of door, material, steel core thicknesses, mortises, reinforcements, location of exposed fasteners, openings, glazed louvred, arrangement of hardware and finishes. 2. Indicate each type frameCOPY material, core thickness, reinforcements, glazing stops, location of anchors and exposed fastenings and reinforcing finishes. 3. Include schedule identifying each unit, with door marks and numbers relating to numbering on drawings and door SUBMITschedule. 1.5 Sustainable Requirements 1.5.1. Not used

1.6 Delivery, Storage and Handling 1.6.1. Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements.NOT 2.0 Products VIEWING2.1 Materials 2.1.1. Hot dipped galvanized steel sheet: to ASTM A 653M, ZF75, minimum base steel thicknessDO in accordance with CSDMA Table 1 - Thickness for Component Parts.

2.2 Door Core Materials 2.2.1. Honeycomb construction:

198 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 3 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. Structural small cell, 24.5 mm maximum kraft paper 'honeycomb', weight: 36.3 kg per ream minimum, density: 16.5 kg/m2 minimum sanded to required thickness. 2.2.2. Stiffened: face sheets welded, insulated core.

2.3 Adhesives 2.3.1. Honeycomb cores and steel components: heat resistant, spray grade, resin reinforced neoprene/rubber (polychloroprene) based, low viscosity, contact cement. 2.3.2. Polystyrene and polyurethane cores: heat resistant, epoxy resin based, low viscosity, contact cement. 2.3.3. Lock-seam doors: fire resistant, resin reinforced polychloroprene,ONLY high viscosity, sealant/adhesive.

2.4 Primer 2.4.1. Touch-up prime CAN/CGSB-1.181

2.5 Paint 2.5.1. Field paint steel doors and frames in accordance with Section 09 91 99 – Painting for Minor Works. Protect weatherstrips from paint. Provide final finish free of scratches or other blemishes. COPY

2.6 Accessories 2.6.1. Door silencers: single stud rubber/neopreneSUBMIT type. 2.6.2. Exterior and interior top and bottom caps: steel. 2.6.3. Fabricate glazing stops as formed channel, minimum 16 mm height, accurately fitted, butted at corners and fastened to frame sections with counter-sunk oval head sheet metal screws. 2.6.4. Door bottom seal: in accordance with Section 08 71 00 – Door Hardware. 2.6.5. Metallic paste filler: NOTto manufacturer's standard. 2.6.6. Fire labels: metal riveted. 2.6.7. Sealant: in accordance with Section 07 92 00 – Joint Sealants. VIEWING2.6.8. Glazing: in accordance with Section 08 80 00 – Glazing. 2.6.9. MakeDO provisions for glazing as indicated and provide necessary glazing stops. 1. Design exterior glazing stops to be tamperproof. 2.7 Frames Fabrication General 2.7.1. Fabricate frames in accordance with CSDMA specifications.

199 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 4 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.7.2. Fabricate frames to profiles and maximum face sizes as indicated. 2.7.3. Exterior frames: 1.6 mm welded type construction. 2.7.4. Interior frames: 1.6 mm knocked-down type construction. 2.7.5. Blank, reinforce, drill and tap frames for mortised, templated hardware, using templates provided by finish hardware supplier. Reinforce frames for surface mounted hardware. 2.7.6. Prepare frame for door silencers, 3 for single door, 2 at head for double door. 2.7.7. Manufacturer's nameplates on frames and screens on concealed hinge side of door. 2.7.8. Conceal fastenings except where exposed fastenings are indicated. 2.7.9. Provide factory-applied touch up primer at areas where ziONLYnc coating has been removed during fabrication. 2.7.10. Insulate exterior frame components with polyurethane insulation.

2.8 Frame Anchorage 2.8.1. Provide appropriate anchorage to floor and wall construction. 2.8.2. Locate each wall anchor immediately above or below each hinge reinforcement on hinge jamb and directly opposite on strike jamb. 2.8.3. Provide 2 anchors for rebate opening heights up to 1,520 mm and 1 additional anchor for each additional 760 mm ofCOPY height or fraction thereof. 2.8.4. Locate anchors for frames in existing openings not more than 150 mm from top and bottom of each jambs and intermediate atSUBMIT 660 mm on centre maximum. 2.9 Frames: Welded Type 2.9.1. Welding in accordance with CSA W59 2.9.2. Accurately mitre or mechanically joint frame product and securely weld on inside of profile. 2.9.3. Cope accurately and securely weld butt joints of mullions, transom bars, centre rails and sills. 2.9.4. Grind welded jointsNOT and corners to a flat plane, fill with metallic paste and sand to uniform smooth finish. 2.9.5. Securely attach floor anchors to inside of each jamb profile. VIEWING2.9.6. Weld in 2 temporary jamb spreaders per frame to maintain proper alignment during shipment.DO 2.10 Frames: Knocked-Down Type 2.10.1. Ship knocked-down type frames unassembled. 2.10.2. Provide frames with mechanical joints which inter-lock securely and provide functionally satisfactory performance when assembled and installed in accordance with

200 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 5 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

CSDMA Recommended Installation Guide for Steel Doors and Frames. 2.10.3. Securely attach floor anchors to inside of each jamb profile.

2.11 Frames: Slip-On Type 2.11.1. Ship slip-on type frames unassembled. 2.11.2. Provide frames with mechanical joints which inter-lock securely and provide functionally satisfactory performance when installed in accordance with CSDMA Recommended Installation Guide for Steel Doors and Frames and manufacturers' instructions. 2.11.3. Provide slip-on frames with manufacturers' proprietaryONLY design of wall anchorage comprising single, adjustable tension type per jamb and provision for secure attachment of each jamb base to stud runners.

2.12 Door Fabrication General 2.12.1. Doors: swing type, flush, with provision for glass and/or louvre openings as indicated. 2.12.2. Exterior doors: hollow steel construction. 2.12.3. Interior doors: honeycomb construction. 2.12.4. Fabricate doors with COPYlongitudinal edges locked seamed, adhesive assisted. Seams: visible. 2.12.5. Blank, reinforce, drill doors and tap for mortised, templated hardware and electronic hardware. SUBMIT 2.12.6. Factory prepare holes 12.7 mm diameter and larger except mounting and through-bolt holes, on site, at time of hardware installation. 2.12.7. Reinforce doors where required, for surface mounted hardware. Provide flush steel top caps to exterior doors. Provide inverted, recessed, spot welded channels to top and bottom of interior doors. 2.12.8. Provide factory-applied touch-up primer at areas where zinc coating has been removed during fabrication.NOT 2.12.9. Provide fire labelled doors for those openings requiring fire protection ratings, as scheduled. Test such products in conformance with CAN4-S104 ASTM E 152 NFPA 252 and list by nationally recognized agency having factory inspection service and VIEWINGconstruct as detailed in Follow-Up Service Procedures/Factory Inspection Manuals issued by listing agency to individual manufacturers. 2.12.10. DOManufacturer's nameplates on concealed hinge side of door.

2.13 Doors: Honeycomb Core Construction 2.13.1. Form face sheets for interior doors from 1.6 mm sheet steel with honeycomb core laminated under pressure to face sheets.

201 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 6 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.14 Hollow Steel Construction 2.14.1. Form face sheets for exterior doors from 1.6 mm sheet steel. 2.14.2. Reinforce doors with vertical stiffeners, securely welded to face sheets at 150 mm on centre maximum. 2.14.3. Fill voids between stiffeners of exterior doors with polyurethane core.

2.15 Thermally Broken Doors and Frames 2.15.1. Not used

3.0 Execution ONLY 3.1 Manufacturer’s Instructions 3.1.1. Compliance: comply with manufacturer's written recommendations or specifications, including product technical bulletins, handling, storage and installation instructions, and datasheets.

3.2 Installation General 3.2.1. Install doors and frames to CSDMACOPY Installation Guide. 3.3 Frame Installation 3.3.1. Set frames plumb, square, level and at correct elevation. 3.3.2. Secure anchorages and connections to adjacentSUBMIT construction. 3.3.3. Brace frames rigidly in position while building-in. Install temporary horizontal wood spreader at third points of door opening to maintain frame width. Provide vertical support at centre of head for openings over 1,200 mm wide. Remove temporary spreaders after frames are built-in. 3.3.4. Make allowances for deflection of structure to ensure structural loads are not transmitted to frames. 3.3.5. Caulk perimeter of framesNOT between frame and adjacent material. 3.3.6. Maintain continuity of air barrier and vapour retarder. VIEWING3.4 Door Installation 3.4.1. Install doors and hardware in accordance with hardware templates and manufacturer's instructionsDO and Section 08 71 00 – Door Hardware. 3.4.2. Provide even margins between doors and jambs and doors and finished floor and thresholds as follows: 1. Hinge side: 1.0 mm 2. Latchside and head: 1.5 mm

202 of 306 City of Toronto Section 08 11 00 Centennial Park Stadium Building - Page 7 of 7 Metal Doors and Frames State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3. Finished floor, top of carpet non-combustible sill and thresholds: 13 mm. 3.4.3. Adjust operable parts for correct function. 3.4.4. Install louvres when indicated.

3.5 Finish Repairs 3.5.1. Touch up with primer finishes damaged during installation. 3.5.2. Fill exposed frame anchors and surfaces with imperfections with metallic paste filler and sand to a uniform smooth finish. 3.6 Glazing ONLY 3.6.1. Single glazed wired glass lite.

End of Section

COPY SUBMIT

NOT VIEWING DO

203 of 306 City of Toronto Section 08 36 00 Centennial Park Stadium Building - Page 1 of 6 Sectional Overhead Doors State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Insulated Sectional Overhead Doors.

B. Operating Hardware, tracks, and support.

1.2 RELATED SECTIONS

A. Section 055000 - Metal Fabrications. ONLY

B. Section 079000 - Sealants and Caulking.

C. Section 087100 - Door Hardware: Cylinder locks.

D. Section 099000 - Painting

1.3 REFERENCES

A. ANSI/DASMA 102 - American National Standard Specifications for Sectional Overhead Type Doors. COPY

B. ASTM A 123 – Zinc hot-dipped galvanized coatings on iron and steel products.

C. ASTM A 216 - Specifications for sectionalSUBMIT overhead type doors.

D. ASTM A 229 - Steel wire, oil-tempered for mechanical springs.

E. ASTM A 653 - Steel sheet, zinc-coated galvanized by the hot-dipped process, commercial quality.

F. ASTM D 1929 - Ignition temperature test to determine flash and ignition temperature of foamedNOT plastics.

G. ASTM E 84 - Tunnel test for flame spread and smoke developed index.

VIEWINGH. ASTM E 330 - Structural performance of exterior windows, curtain walls, and doors by uniform static air pressure difference. DO I. ASTM E 413 - Classification for Rating Sound Insulation

J. ASTM E 1332 - Standard Classification for Rating Outdoor-Indoor Sound Attenuation.

204 of 306 City of Toronto Section 08 36 00 Centennial Park Stadium Building - Page 2 of 6 Sectional Overhead Doors State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

K. ASTM E 283 - Standard Test Method for Determining Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen

1.4 DESIGN / PERFORMANCE REQUIREMENTS

A. Wind Loads: Design and size components to withstand loads caused by pressure and suction of wind acting normal to plane of wall as calculated in accordance with applicable code. 1. Design pressure of 9.2 lb/sq ft (0.44 kPa).

B. Single-Source Responsibility: Provide doors, tracks, motors,ONLY and accessories from one manufacturer for each type of door. Provide secondary components from source acceptable to manufacturer of primary components.

1.5 SUBMITTALS

A. Submit under provisions of Section 01330.

B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods.COPY

C. Shop Drawings: Indicate plans and elevations including opening dimensions and required tolerances, connection details, anchorage spacing, hardware locations, and installation details. SUBMIT

D. Manufacturer's Certificates: Certify products meet or exceed specified requirements.

E. Operation and Maintenance Data.

1.6 QUALITY ASSURANCE NOT A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with minimum five years documented experience.

VIEWINGB. Installer Qualifications: Authorized representative of the manufacturer with minimum five years documented experience. DO C. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories, Inc. acceptable to authority having jurisdiction as suitable for purpose specified.

1.7 DELIVERY, STORAGE, AND HANDLING

205 of 306 City of Toronto Section 08 36 00 Centennial Park Stadium Building - Page 3 of 6 Sectional Overhead Doors State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

A. Store products in manufacturer's unopened labeled packaging until ready for installation.

B. Protect materials from exposure to moisture until ready for installation.

C. Store materials in a dry, ventilated weathertight location.

1.8 PROJECT CONDITIONS

A. Pre-Installation Conference: Convene a pre-installation conference just prior to commencement of field operations, to establish procedures to maintain optimum working conditions and to coordinate this work with relatedONLY and adjacent work.

1.9 WARRANTY

A. Warranty: Manufacturer’s limited door and operators System warranty for 10 years against cracking, splitting or deterioration of steel skin due to rust.

PART 2 PRODUCTS

2.1 MANUFACTURERS COPY A. Acceptable Manufacturer: Wayne Dalton; 2501 S. State Highway 121 Business, Suite 200, Lewisville, TX 75067. ASD. Phone: (800) 827-3667; Web Site: www.wayne-dalton.com. Email: [email protected]. SUBMIT B. Richards-Wilcox Canada; 5100 Timberlea Boulevard, Mississauga, ON, L4W 2S5, Phone (905)625-0037, Fax: (905)625-0057..

C. Or approved alternate.

2.2 INSULATED SECTIONAL OVERHEAD DOORS NOT A. Insulated Steel Sectional Overhead Doors: Wayne Dalton Thermospan 200-20 insulated sectional overhead steel doors. Units shall have the following characteristics: VIEWING1. Door Sections: Shall be of steel/polyurethane/steel sandwich type construction with thermal break. Sections roll formed with two 1-3/4 inch DOintegral struts sealed with polypropylene rib caps per section. a. Panel Thickness: 2 inches (51 mm). b. Exterior Surface: Flush smooth. c. Exterior Steel: 20 gauge, hot-dipped galvanized. d. Thermal Values: R-value of 17.50; U-value of 0.057. e. Air Infiltration: 0.07 cfm at 15 mph.

206 of 306 City of Toronto Section 08 36 00 Centennial Park Stadium Building - Page 4 of 6 Sectional Overhead Doors State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

f. Sound transmission class 22 when tested in accordance with ASTM E 413. g. Outdoor-indoor transmission class 19 when tested in accordance with ASTM E 1332. h. Insulation: CFC-free and HCFC-free polyurethane, fully encapsulated. 1) Insulated sections tested in accordance with ASTM E 84 and achieve a flame spread Index of 75 or less, and a Smoke Developed Index of 450 or less. 2) Insulation material tested in accordance with ASTM D 1929 and achieve a minimum Flash Ignition temperature of 698 degrees F, and a minimum Self Ignition temperature of 950 degrees F. i. Ends: Hot-dipped galvanized steel, full heightONLY with end caps. 1) 18 gauge. j. Spring Counterbalance: Sized to weight of the door, with a helically wound, oil tempered torsion spring mounted on a steel shaft; cable drum of die cast aluminum with high strength galvanized aircraft cable. Sized with a minimum 5 to 1 safety factor. 1) High cycle spring: 100,000 cycles 2. Finish and Color: a. Two coat baked-on polyester: 1) Interior color, by owner, submit colour sample for Owner selection. 2) Exterior color, by owner, submit colour sample for Owner selection. COPY 3. Windload Design: Provide to meet the Design/Performance requirements specified. 4. Hardware: Galvanized steel hinges and fixtures. Ball bearing rollers with hardened steel races. SUBMIT 5. Lock: a. Keyed lock. Provide door keyed lock system whick can open the door from outside of room. Lock/key/cylinder hardware should be keyed to Owner standard. Coordinate with Owner for the key requirements. 6. Weatherstripping: a. Flexible bulb-type strip at bottom section. b. Flexible Jamb seals. c. FlexibleNOT Header seal. 7. Track: Provide track as recommended by manufacturer to suit loading required and clearances available. a. Size: VIEWING1) 2 inch (51 mm). b. Type: DO1) Low headroom. c. Horizontal track shall be reinforced with continuous angle of adequate length and gauge to minimize deflection. d. Vertical track shall be graduated to provide wedge type weathertight closing with continuous angle mounting for steel or wood jambs, and shall be fully adjustable to seal door at jambs.

207 of 306 City of Toronto Section 08 36 00 Centennial Park Stadium Building - Page 5 of 6 Sectional Overhead Doors State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

8. Manual Operation: Push-up. Provide pull down chain for door close as required.

PART 3 EXECUTION

3.1 EXAMINATION

A. Do not begin installation until openings have been properly prepared.

B. Verify wall openings are ready to receive work and opening dimensions and tolerances are within specified limits. C. Verify electric power is available and of correct characteristics.ONLY

D. If preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding.

3.2 PREPARATION

A. Clean surfaces thoroughly prior to installation.

B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. COPY 3.3 INSTALLATION

A. Install overhead doors and track in accordance with approved shop drawings and the manufacturer's printed instructions.SUBMIT

B. Coordinate installation with adjacent work to ensure proper clearances and allow for maintenance.

C. Anchor assembly to wall construction and building framing without distortion or stress.

D. Securely brace doorNOT tracks suspended from structure. Secure tracks to structural members only.

E. Fit and align door assembly including hardware. VIEWING F. Coordinate installation of electrical service. Complete power and control wiring from disconnectDO to unit components.

G. Instruct Owner’s personnel in proper operating procedures and maintenance schedule.

3.4 ADJUSTING

208 of 306 City of Toronto Section 08 36 00 Centennial Park Stadium Building - Page 6 of 6 Sectional Overhead Doors State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

A. Test for proper operation and adjust as necessary to provide proper operation without binding or distortion

B. Adjust hardware and operating assemblies for smooth and noiseless operation.

3.5 CLEANING

A. Clean doors, frames and glass using non-abrasive materials and methods recommended by manufacturer.

B. Remove labels and visible markings. ONLY C. Touch-up, repair or replace damaged products before Substantial Completion.

3.6 PROTECTION

A. Do not permit construction traffic through overhead door openings after adjustment and cleaning.

B. Protect installed products until completion of project.

EndCOPY of Section SUBMIT

NOT VIEWING DO

209 of 306 City of Toronto Aluminum Windows Section 08 51 15 Centennial Park Stadium Building – Page 1 of 4 State of Good Repair

PART 1 – GENERAL

1.01 SUMMARY

A. Section Includes:

1. Solid and tubular aluminum extruded windows of the following type(s): Horizontal Slider Series 1285H

1.02 SUBMITTALS

A. Reference Section 01 33 00 – Submittal Procedures; submitONLY following items: 1. Product Data. 2. Shop Drawings: Include window schedule, window elevations, sections and details, and multiple window assembly details. 3. Samples: a. Color samples: Minimum 1x4 inch (25x100 mm) samples of Aluminum with painted or anodized color. 4. Quality Assurance/Control Submittals: a. Qualifications: Proof of manufacturer's qualifications. b. U-Factor and structural rating charts required for AAMA and NFRC labeling requirements. c. Installation InstructionsCOPY – AAMA 2400 (“Mounting Flange Installation”) or AAMA 2410 (“Flush Fin Installation”).

B. Closeout Submittals: Reference Section 01 78 00 – Closeout Submittals; submit following items: SUBMIT 1. Temporary window labels marked to identify windows that labels were applied to. 2. Maintenance instructions. 3. Special Warranties.

1.03 QUALITY ASSURANCE

A. Overall Standards:NOT Comply with ANSI/ AAMA 101.I.S.2, except as otherwise noted herein.

B. Qualifications: VIEWING 1. Manufacturer Qualifications: DOa. Minimum five years experience in producing aluminum windows of the type(s) specified. b. Member AAMA, NFRC.

C. Certifications for insulated glass windows:

210 of 306 City of Toronto Aluminum Windows Section 08 51 15 Centennial Park Stadium Building – Page 2 of 4 State of Good Repair

1. AAMA: Windows shall be Gold Label certified with label attached to frame per AAMA requirements. 2. NFRC: Windows shall be NFRC certified with temporary U-factor label applied to glass and an NFRC tab added to permanent AAMA frame label.

1.04 DELIVERY, STORAGE AND HANDLING

A. Follow manufacturer’s instructions on label applied to windows.

1.05 WARRANTY

A. Commercial Special Warranty: 1. 10-year guarantee. ONLY 2. Guarantee windows against defects in manufacturing and workmanship including costs for parts and labor.

PART 2 – PRODUCTS

2.01 MANUFACTURER

A. Milgard Manufacturing, Inc. Tel: 1.800.MILGARD (645-4273) 1010 54th Avenue East (253) 922-2030 Tacoma, WA 98424 Fax: (253) 926-0848 COPYWeb: milgard.com B. Window Series: Milgard Aluminum Windows

C. Or approved alternate. SUBMIT

2.02 MATERIALS

1.1.1. Aluminum: Comply with requirements of AAMA/WDMA/CSA 101/I.S.2/A440-05, 6063-T5 temper for strength, corrosion resistance and application of required finish.

1.1.2. Extruded frame members are to be .060” in thickness for structural walls. NOT 2.03 GENERAL PERFORMANCE REQUIREMENTS:

VIEWINGA. Thermal Performance: Comply with NFRC 100. B. Air Leakage, Water Resistance, Structural Test: Comply with ANSI/AAMA 101/I.S.2. C. Forced-Entry Resistance: Comply with ASTM E 588. DO 2.04 WINDOW TYPES:

A. Horizontal Slider – 1280H Series, Z-bar flush fin: 1. Frame:

211 of 306 City of Toronto Aluminum Windows Section 08 51 15 Centennial Park Stadium Building – Page 3 of 4 State of Good Repair

a. 1180H & 1280H Series, 2 1/16” (52mm)

2. Sash: Depth of 1 1/8” (29 mm), hollow aluminum extrusion. 3. Sightlines: Non-equal sightlines between sash and fixed glass. 4. Performance Class: a. 119 ½” x 71 ½” Double Vent, 36” vent set: HS-R20. 5. Hardware: a. Nylon rollers with stainless steel axles, aluminum integral monorail track. b. Single pull rail on meeting rail sash. c. Automatic, spring loaded, height adjustable positive lock. 6. Weatherstripping: Fin seal polypropylene pile. ONLY 2.05 GLAZING

A. Insulated Glass Units: ASTM E 774, Class A, 3/4 inch (19mm) thick overall except 710 and 710S which are 1 inch (25mm) thick. 1. Glazing Type: Clear/SunCoatMAX™ Low-E, argon gas filled. 2. Spacer Bar: Aluminum box spacer.

2.06 FABRICATION

A. Fabricate frames and sash with mechanically joined corners. Corners are fastened with corrosion resistant screwsCOPY and sealed with an acrylic sealant.

C. All fixed glass is exterior glazed and all sashes are marine glazed with flexible PVC glazing. The fixed glazing shall be removed without disassembly of a sash. The vents will need to be disassembled to replaceSUBMIT the glazing.

2.07 FINISHES A. Frame and Sash Color: Bronze Anodized Exterior Finish: Provide AA-C22-A32 Class II Bronze or AA-C22-A31 Class II Clear finish, minimum 0.4 mils thick, electrolytically deposited color anodized finish.

2.10 SOURCE QUALITY CONTROL NOT A. Windows inspected in accordance with manufacturer’s Quality Control Program as required by AAMA Gold Label certification.

VIEWINGPART 3 - EXECUTION

3.01 EXAMINATIONDO

A. Examine openings in which windows will be installed. 1. Verify that framing complies with AAMA 2400 (“Mounting Flange Installation”) or AAMA 2410 (“Flush Fin Installation”). 2. Verify that fasteners in framed walls are fully driven and will not interfere with window installation. 212 of 306 City of Toronto Aluminum Windows Section 08 51 15 Centennial Park Stadium Building – Page 4 of 4 State of Good Repair

B. Coordinate with responsible entity to correct unsatisfactory conditions.

C. Commencement of work by installer is acceptance of substrate conditions.

3.02 INSTALLATION

A. Install windows in framed walls in accordance with AAMA 2400 (“Mounting Flange Installation”) or AAMA 2410 (“Flush Fin Installation”).

B. Do not remove temporary labels.

3.03 CLEANING ONLY

A. Reference Section 01 74 00 – Cleaning and Waste Management.

B. Remove temporary labels and retain for Closeout Submittals.

C. Clean soiled surfaces and glass using a mild detergent and warm water solution with soft, clean cloths. COPY End of Section SUBMIT

NOT VIEWING DO

213 of 306 City of Toronto Section 08 71 00 Centennial Park Stadium Building - Page 1 of 3 Door Hardware State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Related Requirements 1.1.1. Section 08 11 00 – Metal Doors and Frames

1.2 References 1.2.1. American National Standards Institute (ANSI) / Builders Hardware Manufacturers Association (BHMA) 1. ANSI/BHMA A156.1-2000, American National StandardONLY for Butts and Hinges 2. ANSI/BHMA A156.2-2003, Bored and Preassembled Locks and Latches 3. ANSI/BHMA A156.3-2001, Exit Devices 4. ANSI/BHMA A156.4-2000, Door Controls – Closers 5. ANSI/BHMA A156.5-2001, Auxiliary Locks and Associated Products 6. ANSI/BHMA A156.6-2005, Architectural Door Trim 7. ANSI/BHMA A156.8-2005, Door Controls - Overhead Stops and Holders 8. ANSI/BHMA A156.10-1999, Power Operated Pedestrian Doors 9. ANSI/BHMA A156.12-2005,COPY Interconnected Locks and Latches 10. ANSI/BHMA A156.13-2002, Mortise Locks and Latches Series 1000 11. ANSI/BHMA A156.14-2002, Sliding and Folding Door Hardware 12. ANSI/BHMA A156.15-2006, ReleaseSUBMIT Devices - Closer Holder, Electromagnetic and Electromechanical 13. ANSI/BHMA A156.16-2002, Auxiliary Hardware 14. ANSI/BHMA A156.17-2004, Self-closing Hinges and Pivots 15. ANSI/BHMA A156.18-2006, Materials and Finishes 16. ANSI/BHMA A156.19-2002, Power Assist and Low Energy Power - Operated Doors NOT 17. ANSI/BHMA A156.20-2006, Strap and Tee Hinges and Hasps 1.2.2. Canadian Steel Door and Frame Manufacturers' Association (CSDMA) VIEWING1. CSDMA Recommended Dimensional Standards for Commercial Steel Doors DOand Frames - 2009 1.3 Action and Informational Submittals 1.3.1. Submit in accordance with Section 01 33 00 – Submittal Procedures. 1.3.2. Hardware List:

214 of 306 City of Toronto Section 08 71 00 Centennial Park Stadium Building - Page 2 of 3 Door Hardware State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. Submit contract hardware list to confirm door and frame preparation requirements. 2. Indicate specified hardware, including make, model, material, function, size, finish and other pertinent information.

1.4 Closeout Submittals 1.4.1. Submit in accordance with Section 01 78 00 – Closeout Submittals. 1.4.2. Operation and Maintenance Data: submit operation and maintenance data for door hardware for incorporation into manual.

2.0 Products ONLY 2.1 Hardware Items 2.1.1. Hardware is supplied and installed by Contractor. Door and frame preparation, pre-wiring, hardware installation and reinforcement by Contractor. Refer to drawings for more requirements.

2.2 Keying 2.2.1. Contractor to provide construction cylinders for duration of construction. Provide new cylinders to meet Owner standards.COPY Provide requested number of sets of keys to Owner. Coordinate with Owner for keying requirements. 3.0 Execution SUBMIT 3.1 Installation 3.1.1. Manufacturer's Instructions: comply with manufacturer's written recommendations, including product technical bulletins, product catalogue installation instructions, product carton installation instructions, and data sheets. 3.1.2. Supply metal door and frame manufacturers with complete instructions and templates for preparation of their work to receive hardware. 3.1.3. Supply manufacturers'NOT instructions for proper installation of each hardware component. 3.1.4. Install hardware to standard hardware location dimensions in accordance with VIEWINGCSDFMA Canadian Metric Guide for Steel Doors and Frames (Modular Construction). 3.2 Adjusting 3.2.1. AdjustingDO and lubrication provided by Owner’s Forces. 3.2.2. L ubricate hardware, operating equipment and other moving parts. 3.2.3. Adjust door hardware to ensure tight fit at contact points with frames.

215 of 306 City of Toronto Section 08 71 00 Centennial Park Stadium Building - Page 3 of 3 Door Hardware State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.3 Cleaning 3.3.1. Progress Cleaning: clean in accordance with Section 01 00 50. 3.3.2. Leave Work area clean at end of each day. 3.3.3. Clean hardware with damp rag and approved non-abrasive cleaner, and polish hardware in accordance with manufacturer's instructions. 3.3.4. Remove protective material from hardware items where present. 3.3.5. Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 00.

3.4 Protection ONLY 3.4.1. Protect installed products and components from damage during construction. 3.4.2. Repair damage to adjacent materials caused by door hardware installation.

3.5 Schedule 3.5.1. Refer to drawings

End of Section COPY SUBMIT

NOT VIEWING DO

216 of 306 City of Toronto Section 08 80 00 Centennial Park Stadium Building - Page 1 of 5 Glazing State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Related Requirements 1.1.1. Section 08 11 00 – Metal Doors and Frames

1.2 References 1.2.1. The design, supply and installation of all glazing shall be in accordance with the Ontario Building Code and the following Canadian General Standards Board specifications. 1. CAN/CGSB-12.1-M79 – Glass, Safety, Tempered ONLYor Laminated 2. CAN/CGSB-12.2-M76 – Glass, Sheet, Flat, Clear 3. CAN/CGSB-12.3-M76 – Glass, Float, Flat, Clear 4. CAN/CGSB-12.8-M90 – Insulating Glass Units 5. CAN/CGSB-12.11-M76 – Glass, Wired, Safety

1.3 Submittals 1.3.1. Refer to Section 01 33 00. 1.3.2. Shop drawings: Submit shopCOPY drawings in accordance with Section 01 33 00 indicating manufacturing and installation details. 1.3.3. Samples: Submit following samples in accordance with Section 01 33 00, including three samples of tinted glass, insulating unit,SUBMIT and wired glass. 1.3.4. Certificates: Submit manufacturer’s certification that glazing materials are compatible.

1.4 Quality Assurance 1.4.1. Installation of glass to be executed by workmen skilled in this trade and in strict accordance with material manufacturer’s directions to produce a first class installation.

1.5 Site Conditions NOT 1.5.1. Environmental Conditions 1. Proceed with glazing only when glazing surfaces are accumulating no moisture VIEWINGfrom rain, mist or condensation. 2.DO When temperature of glazing surfaces is below 4°C, obtain approval of glazing methods and protective measures which will be used during glazing operations. 1.6 Warranty 1.6.1. Extended Warranty – Submit warranty in accordance with Section 01 78 00 covering manufacturing defects, leaks, faulty materials and workmanship, for a period of two

217 of 306 City of Toronto Section 08 80 00 Centennial Park Stadium Building - Page 2 of 5 Glazing State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

years from the end of the standard two-year warranty. Defects in glass units shall include, but shall not be restricted to, breakage (other than by accidental cause exterior to the glazed unit after installation of the glass) and loss of seal. Fogging of glass inside sealed units will be considered sufficient evidence of loss of seal.

1.7 Delivery, Storage and Handling 1.7.1. Co-ordinate delivery of glazing to the site in order to avoid any unnecessary delays in construction and to avoid damage due to excessive storage periods. 1.7.2. Handle glass with care and store on site.

2.0 Products ONLY 2.1 Strength Requirements and Submissions 2.1.1. Tempered glass shall have a surface compression of not less than 10,000 psi (69 MPa) or an edge compression of not less than 9,700 psi (67 MPa) or both. 2.1.2. Provide a certificate and test results by the manufacturer which certifies that the glazing meets the strength and refraction requirements of this Section. Refer to Clause 1.7.2. 2.2 Product Marking COPY 2.2.1. Tempered glass to be legibly and permanently marked with the manufacturers name and/or trademark, and characters to indicate that the product meets the requirements of CAN/CGSB-12.1. SUBMIT 2.3 Materials 2.3.1. Tinted Glass: To meet specified requirements of CAN2-12.4-M76, Solarban 60 #2 by Vitro Architectural Glass or approved equivalent. 2.3.2. Hermetically glazed units: To CAN/CGSB-12.8-M90, with 6 mm outer pane of tempered tinted glass and 6 mm inner pane of tempered clear glass with minimum 12 mm air space and double sealed edges (primary to be polyisobutylene, secondary to be polysulphide). NOT 2.3.3. Tempered glass TG: CAN/CGSB-12.1-M, Type 2, Class B, Category II; 6 mm thick, clear float glass. VIEWING2.3.4. Laminated wired glass (LWGL): CAN/CGSB 12.11-M, Type 1, Style 3; 6 mm thick, clear glass laminated to 6mm tempered glass with a .4 mm thick clear vinyl interlayer. 2.3.5. GlazingDO and rebate primers, sealants, sealers and cleaners: Compatible with each other. Type as recommended by glass manufacturer. 2.3.6. Glazing Tape: To be 1.6 mm or 3.0 mm thick, 100% solids, polyisobutylene butyl, preformed sealant such as Tremco 440 Tape by Tremco Ltd. or approved equal. 2.3.7. Setting Blocks: To be neoprene or EPDM, with a Shore 'A' durometer hardness of 80

218 of 306 City of Toronto Section 08 80 00 Centennial Park Stadium Building - Page 3 of 5 Glazing State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

90. Size of setting blocks to be in accordance to manufacturer's instructions. 2.3.8. Sealant: As recommended by glass manufacturer

2.4 Acceptable Manufacturers 2.4.1. Must meet the requirements of this specification and provided drawings.

3.0 Execution

3.1 Inspection 3.1.1. Prior to installation of glazing, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where ONLYthis installation may properly commence. 3.1.2. In the event of discrepancy, immediately notify the Consultant. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.

3.2 Preparation 3.2.1. This trade will site measure all openings to be glazed by this contract. Accurately cut glass to fit appropriate openings and make provisions for glass expansion. 3.2.2. Carefully remove protective COPYcoating and glazing stops in order to clean contact surfaces with solvent and wipe dry. 3.2.3. Apply primer or sealer to contact surfacesSUBMIT where required. 3.3 Installation 3.3.1. General 1. Install glass to windows conforming to OBC and IGMAC requirements and to thickness and locations as shown on the drawings. 2. Install materials in accordance with manufacturer’s specifications, and ensure that each materialNOT in a glazing syst em is compatible with the others 3. Ensure that projections have been removed from rebates and that sufficient width and depth clearances are provided for specified glass. VIEWING4. Apply primer-sealer to contract surfaces. 5. Place setting blocks as per manufacturers design. 6.DO Install glass, rest on setting blocks, ensure full contact and adhesion at perimeter. 7. Install removable stops, without displacing tape or sealant. 8. Provide edge clearance of 1/8” minimum. 9. Insert spacer shims to center glass in space. 219 of 306 City of Toronto Section 08 80 00 Centennial Park Stadium Building - Page 4 of 5 Glazing State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

10. Do not cut or abrade tempered, heat treated, or coated glass. 11. All exposed edges of glass shall be polished. 12. Remove stops and store during glazing to avoid damage to them. 13. Remove excess glazing sealants from adjacent surfaces, including glass, during working life of material, and by methods not harmful to the surfaces. 14. Collect broken glass and cuttings in boxes and remove from site. 15. Do not set glass without glazing beds or gaskets. 3.3.2. Glass 1. Install glass in thickness to comply with Ontario BuildingONLY Code requirements. 2. Cut glass to fit openings and to allow clearances which will ensure that glass is held firmly in place and is not subjected to stresses. 3. Ensure that glass edges are clean cut, not nipped or seamed. 4. Do not cut or nip tempered glass to fit. Replace oversize or flared lights with entirely new units of proper dimensions. 3.3.3. Glazing Preparation and Methods 1. Clean glazing rebate surfaces of all traces of dirt, dust, or other contaminants. 2. Use glazing sealants without addition of thinners and from only containers with seals unbroken until openedCOPY for use. 3. Prime all glass rebates except for aluminum unless specified otherwise. Primer shall be suitable for materials affected.SUBMIT 4. Ensure that glazing sealants and tapes are in full contact with glazing surfaces. 5. Tool gunned sealants with a slight bevel away from glass faces. 3.3.4. Positioning Glass 1. Support glass, in lights of over 2,540 mm perimeter, by two setting blocks, one at each quarter point of each light. 2. Centre glass in rebates. Use spacer shims in lights of over 2,540mm perimeter. Set shims onNOT all four sides of lights at a maximum of 300 mm from the ends of 600 mm o.c. in between. 3. Set shims to allow a space of no less than 6 mm between shim edges and sight VIEWINGlines. 3.4 AdjustmentDO and Cleaning 3.4.1. Replace scratched, etched, or defective glazing resulting from manufacture, setting, handling, or storage before or during installation. Glass accidentally broken or physically damaged, by other than faulty glazing or materials, after glazing by this Section has been completed shall be replaced. 3.4.2. Remove stains, deposits, marks or blemishes caused by this Section from surfaces of

220 of 306 City of Toronto Section 08 80 00 Centennial Park Stadium Building - Page 5 of 5 Glazing State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

all materials exposed to view. Replace materials that cannot be cleaned to appear as new. 3.4.3. Protection – Following glazing, mark each light of glass, except heat absorbing, to indicate its presence with a material, easily removable and harmless to glass.

End of Section

ONLY

COPY SUBMIT

NOT VIEWING DO

221 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 1 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 General

1.1 Related Requirements 1.1.1. Section 07 92 00 – Joint Sealants

1.2 References 1.2.1. Aluminum Association (AA) 1. AA DAF 45-03(R2009), Designation System for Aluminum Finishes 1.2.2. ASTM International ONLY 1. ASTM C 475-02(2007), Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board 2. ASTM C 514-04(2009e1), Standard Specification for Nails for the Application of Gypsum Board 3. ASTM C 557-03(2009)e1, Standard Specification for Adhesives for Fastening Gypsum Wallboard to Wood Framing 4. ASTM C 840-08, Standard Specification for Application and Finishing of Gypsum Board 5. ASTM C 954-07, Standard Specification for Steel Drill Screws for the Application of Gypsum Panel ProductsCOPY or Metal Plaster Bases to Steel Studs from 0.033 in. (0.84 mm) to 0.112 in. (2.84 mm) in Thickness 6. ASTM C 1002-07, Standard Specification for Steel Self-Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs SUBMIT 7. ASTM C 1047-09, Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base 8. ASTM C 1280-99, Standard Specification for Application of Gypsum Sheathing 9. ASTM C 1177/C 1177M-08, Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing 10. ASTM C 1178/C 1178M-08, Standard Specification for Glass Mat Water-ResistantNOT Gypsum Backing Board 11. ASTM C 1396/C 1396M-09a, Standard Specification for Gypsum Wallboard 1.2.3. Association of the Wall and Ceilings Industries International (AWCI) VIEWING1. AWCI Levels of Gypsum Board Finish-97 1.2.4. DOCanadian General Standards Board (CGSB) 1. CAN/CGSB-51.34-M86(R1988), Vapour Barrier, Polyethylene Sheet for Use in Building Construction 2. CAN/CGSB-71.25-M88, Adhesive, for Bonding Drywall to Wood Framing and Metal Studs 1.2.5. Underwriters' Laboratories of Canada (ULC)

222 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 2 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1. CAN/ULC-S102-07, Standard Method of Test of Surface Burning Characteristics of Building Materials and Assemblies

1.3 Action and Informational Submittals 1.3.1. Submit in accordance with Section 01 33 00 – Submittal Procedures 1.3.2. Product Data: 1. Submit manufacturer's instructions, printed product literature and data sheets for gypsum board assemblies and include product characteristics, performance criteria, physical size, finish and limitations. 1.4 Delivery, Storage and Handling ONLY 1.4.1. Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements and with manufacturer's written instructions. 1.4.2. Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address. 1.4.3. Storage and Handling Requirements: 1. Store gypsum board assemblies’ materials level off ground, indoors, in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. 2. Store and protect gypsum board assemblies from nicks, scratches, and blemishes. COPY 3. Protect from weather, elements and damage from construction operations. 4. Handle gypsum boards to preventSUBMIT damage to edges, ends or surfaces. 5. Protect prefinished aluminum surfaces with wrapping strippable coating. Do not use adhesive papers or sprayed coatings which bond when exposed to sunlight or weather. 6. Replace defective or damaged materials with new.

1.5 Ambient Conditions 1.5.1. Maintain temperature 10°C minimum, 21°C maximum for 48 hours prior to and during application of gypsumNOT boards and joint treatment, and for 48 hours minimum after completion of joint treatment. 1.5.2. Apply board and joint treatment to dry, frost free surfaces. 1.5.3. Ventilation: ventilate building spaces as required to remove excess moisture that would VIEWINGprevent drying of joint treatment material immediately after its application.

2.0 DOProducts

2.1 Materials 2.1.1. Standard board: to ASTM C 1396/C 1396M regular, thickness as indicated, Type ‘X’ where noted, 1200 mm wide × maximum practical length, ends square cut, edges bevelled.

223 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 3 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.1.2. Gypsum sheathing board: not used 2.1.3. Vinyl-faced board: not used 2.1.4. Backing board and core board: not used 2.1.5. Water-resistant board: not used 2.1.6. Exterior gypsum soffit board: not used 2.1.7. Glass mat water-resistant gypsum backing board: not used 2.1.8. Glass mat gypsum substrate sheathing: not used 2.1.9. Drywall furring channels: 0.5 mm core thickness galvanized steel channels for screw attachment of gypsum board. 2.1.10. Resilient drywall furring: 0.5 mm base steel thicknessONLY galvanized steel for resilient attachment of gypsum board. 2.1.11. Steel drill screws: to ASTM C 1002 2.1.12. Stud adhesive: to CAN/CGSB-71.25 ASTM C 557 2.1.13. Laminating compound: as recommended by manufacturer, asbestos-free. 2.1.14. Casing beads, corner beads, control joints and edge trim: to ASTM C 1047, metal, zinc-coated by hot-dip process, 0.5 mm base thickness, perforated flanges, one piece length per location. 2.1.15. Cornice cap: not used 2.1.16. Shadow mould: not used COPY 2.1.17. Vinyl mouldings: not used 2.1.18. Sealants: in accordance with Section 07SUBMIT 92 00 – Joint Sealants 2.1.19. Polyethylene: to CAN/CGSB-51.34, Type 2 2.1.20. Insulating strip: not used 2.1.21. Joint compound: to ASTM C 475, asbestos-free

2.2 Finishes 2.2.1. Texture finish: asbestos-free standard white texture coating and primer-sealer, recommended byNOT gypsum board manufacturer. 3.0 Execution VIEWING3.1 Examination 3.1.1. Verification of Conditions: verify conditions of substrates previously installed under other DOSections or Contracts are acceptable for gypsum board assemblies’ installation in accordance with manufacturer's written instructions. 1. Inform Consultant of unacceptable conditions immediately upon discovery. 2. Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Consultant.

224 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 4 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.2 Erection 3.2.1. Do application and finishing of gypsum board to ASTM C 840 except where specified otherwise. 3.2.2. Do application of gypsum sheathing to ASTM C 1280 3.2.3. Erect hangers and runner channels for suspended gypsum board ceilings to ASTM C 840 except where specified otherwise. 3.2.4. Support light fixtures by providing additional ceiling suspension hangers within 150 mm of each corner and at maximum 600 mm around perimeter of fixture. 3.2.5. Install work level to tolerance of 1:1200 3.2.6. Frame with furring channels, perimeter of openings for access panels, light fixtures, diffusers, and grilles. ONLY 3.2.7. Install 19 x 64 mm furring channels parallel to, and at exact locations of steel stud partition header track. 3.2.8. Furr for gypsum board faced vertical bulkheads within and at termination of ceilings. 3.2.9. Furr above suspended ceilings for gypsum board fire and sound stops and to form plenum areas as indicated. 3.2.10. Install wall furring for gypsum board wall finishes to ASTM C 840, except where specified otherwise. 3.2.11. Furr openings and around built-in equipment, cabinets, access panels, on four sides. Extend furring into reveals. COPYCheck clearances with equipment suppliers. 3.2.12. Furr duct shafts, beams, columns, pipes and exposed services where indicated. 3.2.13. Erect drywall resilient furring transversely across studs joists between the layers of gypsum board, spaced maximum 600 SUBMITmm on centre and not more than 150 mm from ceiling/wall juncture. Secure to each support with 25 mm drywall screw. 3.2.14. Install 150 mm continuous strip of 12.7 mm gypsum board along base of partitions where resilient furring installed.

3.3 Application 3.3.1. Apply gypsum board after bucks, anchors, blocking, sound attenuation, electrical and mechanical workNOT have been approved. 3.3.2. Apply single layer gypsum board to wood and metal furring or framing using screw fasteners for first layer, screw fasteners for second layer. Maximum spacing of screws 300 mm on centre. VIEWING1. Single-Layer Application: a. Apply gypsum board on ceilings prior to application of walls to ASTM DO C 840. b. Apply gypsum board vertically or horizontally, providing sheet lengths that will minimize end joints. 2. Double-Layer Application: a. Install gypsum board for base layer and exposed gypsum board for face layer.

225 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 5 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

b. Apply base layer to ceilings prior to base layer application on walls; apply face layers in same sequence. Offset joints between layers at least 250 mm. c. Apply base layers at right angles to supports unless otherwise indicated. d. Apply base layer on walls and face layers vertically with joints of base layer over supports and face layer joints offset at least 250 mm with base layer joints. 3. Apply single layer gypsum board to concrete block surfaces, where indicated, using laminating adhesive. a. Comply with gypsum board manufacturer's recommendations. b. Brace or fasten gypsum board until fastening adhesive has set. c. Mechanically fasten gypsum board at top andONLY bottom of each sheet. 4. Exterior Soffits and Ceilings: install exterior gypsum board perpendicular to supports; stagger end joints over supports. Install with 6 mm gap where boards abut other work. 5. Apply water-resistant gypsum board where wall tiles coating to be applied and adjacent to slop sinks janitors closets. Apply water-resistant sealant to edges, ends, cut-outs which expose gypsum core and to fastener heads. Do not apply joint treatment on areas to receive tile finish. 6. Apply 12 mm diameter bead of acoustic sealant continuously around periphery of each face of partitioning to seal gypsum board/structure junction where partitions abut fixed building components.COPY Seal full perimeter of cut-outs around electrical boxes, ducts, , in partitions where perimeter sealed with acoustic sealant. 7. Arrange vinyl-faced gypsum board symmetrical about openings and wall areas, with aluminum/vinyl mouldings betweenSUBMIT joints. 8. Apply board using laminating adhesive on base layer of gypsum board. 9. Install ceiling boards in direction that will minimize number of end-butt joints. Stagger end joints at least 250 mm. 10. Install gypsum board on walls vertically to avoid end-butt joints. At stairwells and similar high walls, install boards horizontally with end joints staggered over studs, except where local codes or fire-rated assemblies require vertical application. 11. Install gypsum board with face side out 12. Do not installNOT damaged or damp boards 13. Locate edge or end joints over supports. Stagger vertical joints over different VIEWINGstuds on opposite sides of wall. 3.4 Installation 3.4.1. DOErect accessories straight, plumb or level, rigid and at proper plane. Use full length pieces where practical. Make joints tight, accurately aligned and rigidly secured. Mitre and fit corners accurately, free from rough edges. Secure at 150 mm on centre using contact adhesive for full length. 3.4.2. Install casing beads around perimeter of suspended ceilings. 3.4.3. Install casing beads where gypsum board butts against surfaces having no trim

226 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 6 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

concealing junction and where indicated. Seal joints with sealant. 3.4.4. Install insulating strips continuously at edges of gypsum board and casing beads abutting metal window and exterior door frames, to provide thermal break. 3.4.5. Construct control joints of two back-to-back casing beads set in gypsum board facing and supported independently on both sides of joint. 3.4.6. Provide continuous polyethylene dust barrier behind and across control joints. 3.4.7. Locate control joints where indicated at changes in substrate construction at approximate 10 m spacing on long corridor runs at approximate 15 m spacing on ceilings. 3.4.8. Install control joints straight and true 3.4.9. Construct expansion joints, at building expansion and construction joints. Provide continuous dust barrier. ONLY 3.4.10. Install expansion joint straight and true 3.4.11. Install cornice cap where gypsum board partitions do not extend to ceiling. 3.4.12. Fit cornice cap over partition, secure to partition track with two rows of sheet metal screws staggered at 300 mm on centre. 3.4.13. Splice corners and intersections together and secure to each member with 3 screws. 3.4.14. Install access doors to electrical and mechanical fixtures specified in respective sections. 1. Rigidly secure frames to furring or framing systems 3.4.15. Finish face panel joints andCOPY internal angles with joint system consisting of joint compound, joint tape and taping compound installed according to manufacturer's directions and feathered out onto panel faces. 3.4.16. Gypsum Board Finish: finish gypsum board walls and ceilings to following levels in accordance with AWCI Levels of GypsumSUBMIT Board Finish: 1. Levels of finish: a. Level 0: no tapping, finishing or accessories required b. Level 1: embed tape for joints and interior angles in joint compound. Surfaces to be free of excess joint compound; tool marks and ridges are acceptable. c. Level 2: embed tape for joints and interior angles in joint compound and applyNOT one separate coat of joint compound over joints, angles, fastener heads and accessories; surfaces free of excess joint compound; tool marks and ridges are acceptable. d. Level 3: embed tape for joints and interior angles in joint compound and apply two separate coats of joint compound over joints, angles, fastener VIEWINGheads and accessories; surfaces smooth and free of tool marks and ridges. e. Level 4: embed tape for joints and interior angles in joint compound and DO apply three separate coats of joint compound over joints, angles, fastener heads and accessories; surfaces smooth and free of tool marks and ridges. f. Level 5: embed tape for joints and interior angles in joint compound and apply three separate coats of joint compound over joints, angles, fastener heads and accessories; apply a thin skim coat of joint compound to entire surface; surfaces smooth and free of tool marks and ridges.

227 of 306 City of Toronto Gypsum Board Assemblies Section 09 21 16 Centennial Park Stadium Building Page 7 of 7 - State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.4.17. Finish corner beads, control joints and trim as required with two coats of joint compound and one coat of taping compound, feathered out onto panel faces. 3.4.18. Fill screw head depressions with joint and taping compounds to bring flush with adjacent surface of gypsum board so as to be invisible after surface finish is completed. 3.4.19. Sand lightly to remove burred edges and other imperfections. Avoid sanding adjacent surface of board. 3.4.20. Completed installation to be smooth, level or plumb, free from waves and other defects and ready for surface finish. 3.4.21. Apply one coat of white primer sealer over surface to be textured. When dry apply textured finish in accordance with manufacturer's instructions. 3.4.22. Mix joint compound slightly thinner than for joint taping. ONLY 3.4.23. Apply thin coat to entire surface using trowel or drywall broad knife to fill surface texture differences, variations or tool marks. 3.4.24. Allow skim coat to dry completely 3.4.25. Remove ridges by light sanding or wiping with damp cloth

3.5 Cleaning 3.5.1. Progress Cleaning: clean in accordance with Section 01 74 00 – Cleaning. 1. Leave Work area clean at end of each day. 2. Final Cleaning: uponCOPY completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 00 – Cleaning. 3.6 Protection SUBMIT 3.6.1. Protect installed products and components from damage during construction. 3.6.2. Repair damage to adjacent materials caused by gypsum board assembly installation.

3.7 Schedules 3.7.1. Finish level for gypsum board finish wall assemblies

NOTEnd of Section

VIEWING DO

228 of 306 City of Toronto EPOXY FLOORING SECTION 09 67 00 Page 1 of 4 Centennial Park Stadium Building - State of Good repair JANUARY 2019 56 Centennial Park Rd, Etobicoke

1.0 GENERAL

1.1 SECTION INCLUDES

.1 Industrial epoxy floor coating system for interior concrete floors.

1.2 SCOPE OF WORK

.1 Supply all labour, tools, services, materials and equipment required to complete work in accordance with this specification. .2 Floor finish coating work shall include but not be limited toONLY the following: .1 Mechanically prepare surface.

.2 Supply and installation of floor finish epoxy coating system.

1.3 REFERENCES

.1 ASTM C 307 - Tensile Strength of Chemical-Resistant Mortar, Grouts, and Monolithic Surfacings.

.2 ASTM C 413 - Absorption of Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings. COPY .3 ASTM C 531 - Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. SUBMIT .4 ASTM C 579 - Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes.

.5 ASTM C 580 - Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes.

.6 ASTM D 2240 - Rubber Property - Durometer Hardness. .7 ASTM D 4060 - AbrasionNOT Resistance of Organic Coatings by the Taber Abraser. .8 ASTM D 4263 - Indicating Moisture in Concrete by the Plastic Sheet Method. VIEWING.9 ASTM D 4541 - Pull-Off Strength of Coatings Using Portable Adhesion-Testers. 1.4 SUBMITTALS .1 ProductDO Data: Submit manufacturer's product data, including physical properties and application instructions. .2 Samples: Submit Manufacture’s standard color samples.

229 of 306 City of Toronto EPOXY FLOORING SECTION 09 67 00 Page 2 of 4 Centennial Park Stadium Building - State of Good repair JANUARY 2019 56 Centennial Park Rd, Etobicoke

1.5 QUALITY ASSURANCE

.1 Applicator’s Qualifications: Ensure applicator’s qualifications by the following:

.2 Use applicator experienced in application of specified materials for a minimum of 5 years on projects of similar size and complexity. Submit list of completed projects including project name and location, name of architect or Owner and name of material manufacturer.

.3 Submit letter of approval from manufacturer stating applicator is qualified to apply specified materials. ONLY .4 Applicator's Personnel: Employ persons trained for application of specified materials.

1.6 DELIVERY, STORAGE, AND HANDLING

.1 Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name, manufacturer, batch or lot number, and date of manufacture.

.2 Storage: Store materials in accordance with manufacturer's instructions. Keep containers sealed until readyCOPY for use. .3 Handling: Protect materials during handling and application to prevent damage or contamination. 1.7 ENVIRONMENTAL CONDITIONS SUBMIT .1 Ensure materials, concrete surface, and air temperatures at time of application are between 10- and 30°C.

1.8 GENERAL WORKMANSHIP

.1 Do Work in accordance with best industry practice for type of work.

.2 Do Work in neat and careful manner.

.3 When required byNOT Specifications or by manufacturer's recommendations, have manufacturer, supplier or accredited agent; inspect Work which incorporates their products. VIEWING1.9 WARRANTY .1 TheDO Contractor shall guarantee all workmanship and materials for a period of five (5) years from the date of completion.

.2 Contractor to furnish a signed Guarantee-Warranty in writing, on a form satisfactory to Owner / Consultant.

230 of 306 City of Toronto EPOXY FLOORING SECTION 09 67 00 Page 3 of 4 Centennial Park Stadium Building - State of Good repair JANUARY 2019 56 Centennial Park Rd, Etobicoke

2.0 PRODUCTS

2.1 MANUFACTURER

.1 Sika Canada Inc., 6915 Davand Drive, Mississauga, Ontario, L5T 1L5, Phone (905) 795-3177, Fax (905) 795-3192 or approved equal.

2.2 SIKAFLOOR 261 SYSTEM 5

.1 Floor: Sikafloor 261 system 5, minimum thickness 4 mm c/w 150 mm Sika cove base. ONLY .2 Colour: To be chosen by Owner.

.3 Ensure the system meets or exceeds the following requirements:

.1 Textured non-slip finish medium fine to Owners Approval

.2 Bond Strength ASTM D4541 > 2 MPa (290 psi) (substrate failure)

.3 Thermal Compatibility ASTM C884 Passes .4 Hardness, Shore D ASTMCOPY D2240 76 .5 Indentation MIL-PRF-24613 8.82% (returns to profile) .6 Impact Resistance ASTM D2794 5.88SUBMIT joules (4.33 ft lbf) .7 Abrasion Resistance ASTM D4060

.8 CS17/1000 cycles/1000 g (2.2 lb) 0.11 g (0.0038 oz)

.9 Coefficient of Friction ASTM D1894-61T Steel 0.20, Rubber 0.55

.10 Flammability ASTM D635 35 mm (1.37 in) Coefficient of Thermal Expansion ASTM D696 1.27 × 10-4 mm/mm/°C (0.70 × 10-4 in/in/°F)NOT Water Absorption ASTM D570 0.3% 3.0 EXECUTION VIEWING3.1 EXAMINATION .1 Examine surfaces to receive floor topping system. Notify Consultant if surfaces areDO not acceptable. Do not begin surface preparation or application until unacceptable conditions have been corrected. .2 Determine moisture content of concrete slab in accordance with ASTM D 4263, Rubber Manufacturers Association calcium chloride test, and manufacturer's

231 of 306 City of Toronto EPOXY FLOORING SECTION 09 67 00 Page 4 of 4 Centennial Park Stadium Building - State of Good repair JANUARY 2019 56 Centennial Park Rd, Etobicoke

instructions. Do not apply floor topping to concrete slab subject to osmotic pressure, hydrostatic pressure, or excessive water vapor emission.

3.2 SURFACE PREPARATION

.1 Prepare surfaces in accordance with Manufacturer's Instructions.

.2 Ensure concrete is clean and free of dirt, oil, grease, wax, paint, coatings, toppings, laitance, curing compounds, sealers, and other surface contaminants which will inhibit bonding of floor topping. .3 Repair cracked and eroded concrete and patch ONLYall in accordance with Manufacturer's Instructions. Remove and repair unsound concrete.

.4 Grind surfaces evenly to match adjacent areas forming one continuous surface area.

.5 At penetrations of fire rated walls, ceilings, or floor construction, completely seal voids with fire rated material, full thickness of construction element, as per Manufacturer’s Instructions. Allow adequate time to cure prior to floor finishing application.

.6 Provide abraded concrete surface texture similar to 60 grit sandpaper or as per Manufacturer’s Instructions byCOPY mechanical preparation. .7 Completely remove concrete dust from concrete surface. 3.3 APPLICATION SUBMIT .1 Ensure there is no standing water on concrete surface.

.2 Mix component materials in accordance with manufacturer's instructions.

.3 Apply materials while air temperature is stable or decreasing.

.4 Apply floor finish system to prepared concrete surface in accordance with manufacturer's instructions.

3.4 PROTECTION NOT

.1 Protect floor topping, when cured at temperatures between 10- and 30°C: VIEWING.1 From Foot Traffic: Minimum – As per Manufactures Instructions. .2 DOFrom Full Physical Use: As per Manufactures Instructions. .3 From Full Chemical Exposure: As per Manufactures Instructions. END OF SECTION

232 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 1 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.0 GENERAL

1.1 RELATED WORK

1.1.1 Shop priming and factory prefinishing are required on some, but not all, of the items specified in other Sections. Read other Sections of the Specifications to determine extent of prime and finish coats applied by other Sections.

1.2 REFERENCES

1.2.1 CPCA (Canadian Painting Contractors Association) – Architectural Painting Specification Manual Latest Edition, produced by the Masters Painters and Decorators Association of B.C. (MPDA), available from the OntarioONLY Painting Contractors Association (OPCA).

1.2.2 CAN/CGSB-85.100 – Painting.

1.3 QUALITY ASSURANCE

1.3.1 Product Manufacturer: The paint products of the paint manufacturers shall be listed in the (Canadian Painting Contractors Association) - Architectural Painting Specification Manual latest Edition, under Chapter 5, CPCA Approved Products Lists. COPY 1.3.2 Applicator: Company specializing in commercial painting and finishing with three years documented experience. Only qualified contractors shall be engaged in painting and decorating work. SUBMIT 1.3.3 Select and apply finishes in accordance with CPCA Painting Manual.

1.4 REGULATORY REQUIREMENTS

1.4.1 Conform to Ontario Building Code for flame/fuel/smoke rating requirements for finishes.

1.5 MOCK-UP NOT 1.5.1 Locate testing areas in building where designated.

1.5.2 Apply samples of all finishes required in presence of the Consultant, Owner and paint VIEWINGmanufacturer’s representative. Apply samples using correct material, number of coats, colour, texture and degree of gloss required.

1.5.3 MaintainDO test areas until completion of work. Approved work in test area shall serve as standard for similar work throughout building. Refinish work which does not match approved finishes.

1.6 SAMPLES

233 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 2 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.6.1 Submit samples of all finishes required in presence of the Consultant and paint manufacturer’s and paint manufacturer’s representative. Apply samples using correct material, number of coats, colour, texture and degree of gloss required until colours and textures are satisfactory and approved.

1.6.2 Refinish work which does not match approved finishes.

1.7 DELIVERY, STORAGE AND HANDLING

1.7.1 Deliver products to site to requirements of Section 01 61 00.

1.7.2 Store and protect products to requirements of Section 01 61 00.

1.7.3 Accept products on site in sealed and labeled containers andONLY verify no damage.

1.7.4 Container labeling to include manufacturer’s name, type of paint, brand name, colour designation and instructions for mixing and reducing.

1.7.5 Store paint materials at minimum ambient temperature of 7°C, in well ventilated area.

1.7.6 Take precautionary measures to prevent fire hazards and spontaneous combustion.

1.8 PROTECTION OF SURROUNDING ELEMENTS COPY 1.8.1 Protect elements surrounding the work of this Section from damage.

1.9 ENVIRONMENTAL REQUIREMENTS SUBMIT 1.9.1 Conform to requirements of (CPCA) Painting Manual.

1.9.2 Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 7°C for 24 hours before, during, and 48 hours after application of finishes.

1.9.3 Exterior coatings only when temperature is above 10°C. NOT 1.9.4 Provide minimum 500 lx of lighting on surfaces to be finished.

1.10 MAINTENANCE MATERIALS VIEWING 1.10.1 Provide one 4 litre container of each colour and surface texture to Owner.

1.10.2 LabelDO each container with colour, texture and room locations.

1.11 ALTERNATIVES

234 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 3 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

1.11.1 Apply the proprietary products listed in the paint formulas, or submit for approval a list of comparable materials of another manufacturer. Include full identifying product names, numbers and catalogue data sheets.

1.11.2 Submit list of proposed alternatives no later than 60 days before painting work is scheduled to begin. Include a letter from proposed supplier confirming that the quality and performance characteristics match or exceed those of products specified, and that the colours match products specified.

1.12 PRE-JOB CONFERENCE

1.12.1 Attendees:

.1 The applicator and his/her designated inspectors andONLY crew supervisors who will be working on this job in the field; .2 The paint and coatings material supplier including local technician and sales representatives as well as any other personnel deemed necessary; .3 The Owner including field inspectors, supervisors and coordinators; and .4 The Consultant

1.12.2 Purpose of the meeting is to thoroughly discuss the painting and coating work specified herein in light of the material supplier’s current printed Product Data Sheets and Application Instructions. Discussion to include: COPY .1 Equipment use and servicing; .2 Material storage and application techniques, including thickness tolerances; .3 Surface preparations; .4 Inspection requirements including surfacSUBMITe preparation, wet and dry film thickness checking, holiday detection and other aspects.

1.13 WARRANTY

1.13.1 Provide OPCA five (5) year warranty for this work of this section, from date of substantial completion.

2.0 PRODUCTS NOT

2.1 ACCEPTABLE MANUFACTURERS

VIEWING2.1.1 Manufacturer to be one of the following or approved equal:

.1 Sheerwin Williams. .2 BenjaminDO Moore and Co. Ltd. .2 Glidden Paints by ICI Paints (Canada) Inc. .3 Para Paint Canada Inc.

2.2 MATERIALS

235 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 4 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

2.2.1 Paints, varnish, stains, lacquer and fillers shall be of a type and brand herein specified and listed in the CPCA (Canadian Painting Contractors Association) – Architectural Specification Manual, Latest edition, Approved Products List.

2.2.2 Paint Accessory Materials: Linseed oil, shellac, turpentine, and other materials not specifically indicated but required to be used with the finishes to achieve first class work.

3.0 EXECUTION

3.1 INSPECTION

3.1.1 Verify that substrate conditions are ready to receive workONLY as instructed by the product manufacturer and as per Chapter 3 or the CPCA – Architectural Specification Manual, latest edition.

3.1.2 Examine surfaces scheduled to be finished, prior to commencement of work. Report any condition that may potentially affect proper application.

3.1.3 Verify substrate surface temperature and ambient air temperature is above 5°C before applying finishes.

3.1.4 Minimum Application TemperaturesCOPY for Latex Paints: Interiors – 7°C. Exterior - 50°F (10°C).

3.1.5 Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfacesSUBMIT are below the following maximums:

.1 Masonry, Concrete, and Concrete Unit Masonry: 12%

3.1.6 Commencement of work shall be held to mean acceptance of substrate.

3.2 PREPARATION

3.2.1 Prepare surfaces inNOT accordance with the Canadian Painting Contractors Association (CPAC) – Architectural Specification Manual, Latest Edition and as specified herein. Correct minor defects and deficiencies in surfaces which affect work of this Section.

VIEWING3.2.2 Prepare existing painted or finished surfaces as recommended by CPCA. Obtain and follow their publication titled Surface Preparation- Chapter 3, Latest Edition, describing the surface preparation of substrates necessary to ensure adequate adhesion for all paintDO coatings.

3.2.3 Impervious Surfaces: Remove mildew by scrubbing with solution of trisodium phosphate and bleach. Rinse with clean water and allow surface to dry.

236 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 5 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.2.4 Aluminum Surfaces Scheduled for Paint Finish: Remove surface contamination by steam or high pressure water. Remove oxidation with acid etch and solvent washing. Apply etching primer immediately following cleaning.

3.2.5 Insulated Coverings: Remove dirt, grease and oil from canvas and cotton.

3.2.6 Gypsum Board Surfaces: Remove contamination and prime paint to identify minor defects. Prepare gypsum board surfaces to CGSB 85 GP-33M. Fill minor cracks with plaster patching compound and sand surfaces. Prime paint after defects have been remedied.

3.2.7 Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish or Sealer: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of trisodium phosphate,ONLY rinse well and allow to dry. Remove stains caused by weathering of corroded metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry.

3.2.8 Steel and Iron Surfaces: Remove grease, scale, dirt, and rust. Where heavy coatings of scale are evident, remove by wire brushing, sandblasting.

3.2.9 Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. Determine if galvanized surfaces are passivated and prepare surface accordingly. COPY 3.2.10 Unprimed Steel Surfaces: Clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime surfaces to identify defects. Prime paint after defects have been remedied. SUBMIT 3.2.11 Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces.

3.2.12 Metal Surfaces to be Repainted: Remove loose paint, rust. Sand and feather edges of transition. Clean and degrease metal. Re-prime and finish paint as for painted metal.

3.2.13 Prefinished Surfaces:NOT Remove finish har dware, electrical plates and other removable prefinished items. Mask and protect those that are not removable. Replace items when paint is dry and clean them. Do not clean hardware with solvent that may remove lacquer finish. VIEWING 3.2.14 Wood Surfaces: Inspect architectural woodwork to ensure surfaces are smooth and free from machine marks and that nail-heads have been countersunk. Seal knots and sapwoodDO in surfaces to receive paint, with sealer compatible with finish specified.

3.3 APPLICATION

3.3.1 Apply products in accordance with manufacturer’s instructions. Do not use spray application, unless otherwise approved.

237 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 6 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.3.2 Apply each coat to smooth consistency.

3.3.3 Apply each coat of paint slightly darker than preceding coat unless otherwise approved by the Consultant in writing.

3.3.4 Sand lightly between coats to achieve required finish.

3.3.5 Do not apply finishes to surfaces that are not dry.

3.3.6 Each coat of finish should be dry and hard before the following coat is applied.

3.3.7 Metal Doors Scheduled for Painting: Prime top and bottom edges with enamel undercoat. ONLY

3.3.8 Woodwork: Sand smooth woodwork which is to be finished and clean surfaces free of dust before applying first coat. Fill nail holes, splits and scratches with non-shrinking filler after first coat is dry. Where these occur on transparent surfaces, stain filler to match finish, as approved by the Consultant. Between coats sand lightly with 00 sandpaper and remove dust.

3.4 MECHANICAL AND ELECTRICALCOPY EQUIPMENT

3.4.1 Refer to Divisions 15 and 16 for schedule of painting and finishing requirements, colour coding, identification banding of equipment, ducting, piping, and conduit. SUBMIT 3.4.2 Remove finished louvers, grilles, covers, and access panels on mechanical and electrical components from location and paint separately. Finish paint primed equipment to colour as selected or to match adjacent work.

3.4.3 Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, to match adjacent work except where items are prefinished. NOT 3.4.4 Replace identification markings on mechanical or electrical equipment when painted accidentally.

VIEWING3.4.5 Paint surfaces of air ducts, convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. Paint dampers exposed behind louvers, grilles, convector and baseboard cabinets to match face DOpanels.

3.4.6 Paint exposed conduit and electrical equipment occurring in finished areas. Colour and texture to match adjacent surfaces.

238 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 7 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.4.7 Paint both sides and edges of plywood backboards for electrical equipment before installing equipment.

3.4.8 Colour code equipment, piping, conduit, and exposed ductwork in accordance with requirements indicated. Colour band and identify with flow arrows, names and numbering.

3.4.9 Unless specifically indicated otherwise paint all roof top equipment and components, regardless of material and finish, including but not necessarily limited to vent stack flashings but not including prefinished sheet steel flashings.

3.4.10 Replace electrical plates, hardware and fittings removed prior to painting.

3.5 PROTECTION ONLY

3.5.1 Protect other surfaces from paint or damage. Make good any damage.

3.5.2 Furnish drop cloths, shields, and protective methods to prevent droppings from disfiguring other surfaces.

3.5.3 Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site.

3.6 DISPOSAL OF PAINT WASTECOPY

3.6.1 All metal containers shall be wiped or drained clean and recycled. Dispose of containers, paint, paint thinners and solvents which are not recyclable in accordance with regulations of authorities. SUBMIT

3.6.2 Dispose containers, paint, paint thinners and solvents which can not be recycled as hazardous waste and shall be disposed of in accordance with regulations of authorities.

3.7 FIELD QUALITY CONTROL

3.7.1 Inspection and testing of painting and coating work will be carried out by Ontario Painting ContractorsNOT Association (OPCA) Inspection in accordance with requirements of Chapter 7 of OPCA Manual and as specified herein.

3.7.2 Owner will pay for costs of tests as specified in Section 01 40 00 – Quality Control. VIEWING 3.7.3 Complete and submit to OPCA at least 4 weeks prior to start of painting work: .1 A request for Assignment of Inspector .2 DO A list of paint products on forms provided by Ontario Painting Contractors Association (OPCA). .3 Notify Inspector when painting and coating work will be in progress. .4 Leave paint and coating containers on site until examined and directed to be removed from the site by the Inspector.

239 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 8 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.8 CLEANING

3.8.1 As work proceeds, promptly remove paint where spilled, splashed, or spattered.

3.8.2 During progress of work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials and debris.

3.9 SCHEDULE – EXTERIOR SURFACES

3.9.1 The following titles and code numbers are references from Chapter 4 A (Exterior) of Ontario Canadian Painting Contractors’ – “Architectural Painting Specification Manual”, latest edition, Premium Grade, unless noted otherwise.

3.9.2 For preparation of surfaces to receive following finishes, referONLY to item 3.2.2 above.

3.9.3 Provide Mineral Paint for Exterior Masonry: provide exterior grade silicate dispersion paint with 20 year life expectancy, matte finish and mildew resistant. New concrete or masonry surfaces, cured for 30 days: provide 1 coat primer and 2 coats of silicate mineral paint per manufacturer’s recommended installation instructions. Colour to later selection by Consultant from full range of Basic and Designer Colours. Acceptable products include PermaTint Quartz Guard #1010.

3.10 SCHEDULE – INTERIOR SURFACES COPY 3.10.1 The following titles and code numbers are references from Chapter 4 B (Interiors) of Ontario Canadian Painting Contractors’ – “Architectural Painting Specification Manual”, latest edition, Premium Grade, unless noted otherwise. SUBMIT 3.10.2 For preparation of surfaces to receive following finishes, refer to item 3.2.2 above.

3.10.3 Masonry and concrete block: Mineral Paint: provide exterior grade silicate dispersion paint with 20 year life expectancy, matte finish and mildew resistant. New concrete or masonry surfaces, cured for 30 days: provide 1 coat primer and 2 coats of silicate mineral paint per manufacturer’s recommended installation instructions. Colour to later selection by Consultant from full range of Basic and Designer Colours. Acceptable products include PermaTintNOT Quartz Guard #1010.

3.10.4 Metal, prime painted: Touch up primer as required spot prime with alkyd metal primer 2 coats alkyd paint of selected sheen CPCA INT.12A VIEWING 3.10.5 Metal zinc coated: 1 coat galvanized primer 2 coats alkyd paint of selected sheen CPCA INT.13A DO 3.10.6 Exposed piping, wrapped: 1 coat block filler 2 coats alkyd paint of selected sheen

3.10.7 Exposed piping and conduit, 1 coat alkyd metal primer unwrapped: 2 coats alkyd paint of selected sheen

240 of 306 City of Toronto Section 09 90 00 Centennial Park Stadium Building - Painting Page 9 of 9 State of Good repair January 2019 56 Centennial Park Rd, Etobicoke

3.10.8 Exposed interior 1 coat block filler and primer duct work 2 coats alkyd paint of selected sheen

3.10.9 Metal, epoxy coated: spot prime with compatible primer 1 coat epoxy primer 2 coat two component epoxy paint CPCA INT.13-C

3.10.10 Wood-millwork for paint finish: 1 coat of wood primer/undercoat 2 coats alkyd paint of selected sheen CPCA INT.1-A

END OF SECTION ONLY

COPY SUBMIT

NOT VIEWING DO

241 of 306 Section 5 – Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract Tender Call No. 62-2019

The CCDC 2-2008 Stipulated Price Contract constitutes the General Conditions of Contract. The terms and conditions of the CCDC 2-2008 Stipulated Price Contract are modified by the City of Toronto's Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract "Supplementary Conditions"), attached here as Section 5.

CCDC 2-2008 is published by the Canadian Construction Documents Committee ("CCDC") and is available for purchase at: http://www.ccdc.org/WhereToBuy/WhereToBuy.html

The Successful Bidder shall acquire the necessary copyright seal from CCDC and affix the seal on the cover page of CCDC 2 at the time it executes the CCDC 2 form of agreement.

CITY OF TORONTO ONLY

SUPPLEMENTARY CONDITIONS TO CCDC 2-2008

STIPULATED PRICE CONTRACT

June 2014

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 5-1

242 of 306

CITY OF TORONTO

SUPPLEMENTARY CONDITIONS TO CCDC 2-2008

STIPULATED PRICE CONTRACT

July 2018 ONLY

COPY SUBMIT

NOT VIEWING DO

243 of 306

AMENDMENTS TO THE STIPULATED PRICE CONTRACT, CCDC2-2008

The Standard Construction Document for Stipulated Price Contract, English version, consisting of the Agreement Between Owner and Contractor, Definitions, and General Conditions of the Stipulated Price Contract, Parts 1 to 12 inclusive, governing same is hereby made part of these Contract Documents, with the following amendments, additions and modifications: 1. AGREEMENT BETWEEN OWNER AND CONTRACTOR

1.1 ARTICLE A-3-CONTRACT DOCUMENTS

1.1.1 Amend paragraph 3.1 by adding the following after the words, "The General Conditions of the Stipulated Price Contract":

- "These Supplementary Conditions -The Specific Conditions, if any ONLY -Drawings

-Specifications"

1.2 ARTICLE A-5 – PAYMENT

1.2.1 Delete paragraph 5.3 – Interest, in its entirety.

1.3 ARTICLE A-6 – RECEIPT AND ADDRESSES FOR NOTICES IN WRITING

1.3.1 Amend paragraph 6.1, by deleting the words, "or by facsimile" in the second sentence, the words, "facsimile or other form of" in the fourth sentence, COPYand the words, "facsimile number" wherever they appear. 2. DEFINITIONS 2.1.1 Delete Definition 4, "Consultant", and replace it with theSUBMIT following: "The 'Consultant', shall be the person or entity designated as the Consultant by the Owner, from time to time.

2.1.2 Add a new Definition, "Act", as follows:

"'Act" means the Construction Act (Ontario), as amended."

2.1.3 Add a new Definition, "OHSA", as follows: "'OHSA' means the OccupationalNOT Health and Safety Act (Ontario)." 2.1.4 Add a new Definition, "Submittals", as follows: VIEWING"Submittals Submittals are documents or items required by the Contract Documents to be provided by the Contractor in accordanceDO with the Contract Documents such as: - Shop Drawings, samples, models, mock-ups to indicate details or characteristics, before the portion of the Work that they represent can be incorporated into the Work; and

Supplementary Conditions, July 2018 1 244 of 306

- As-built drawings and manuals to provide instructions to the operation and maintenance of the Work.

2.1.5 Add a new Definition, "WSIB", as follows:

"'WSIB' means the Workplace Safety & Insurance Board."

2.1.6 Add a new Definition "Daily Work Records", as follows:

"'Daily Work Records' mean daily records detailing the number and categories of workers and hours worked or on standby, types and quantities of Construction Equipment, and descriptions and quantities of Product utilized."

3. GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT

Where a General Condition or paragraph of the General Conditions of the Stipulated Price Contract is deleted by these Supplementary Conditions, the numbering of the remaining General Conditions or paragraphs shall remain unchanged, and the numbering of the deleted item will be retained, unused. ONLY

3.1 GC 1.1 - CONTRACT DOCUMENTS

3.1.1 Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict within the Contract Documents, the order of priority of documents, from highest to lowest, shall be:

any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions COPY the Definitions, Specific Conditions SUBMIT Supplementary Conditions,

the General Conditions,

the Drawings,

Division 1 of the Specifications, Technical SpecificationsNOT, material and finishing schedules." VIEWING3.1.2 Delete paragraph 1.1.8 in its entirety and replace it with new paragraph 1.1.8: "1.1.8 The Owner shall provide the Contractor, without charge, up to ten copies of the Contract Documents. If requested by the Contractor, the City shall provide additional copies at the cost of printing handling and shipping."DO 3.1.3 Amend paragraph 1.1.9 by deleting the period at the end and replacing it with ", which shall not unreasonably be withheld."

Supplementary Conditions, July 2018 2 245 of 306

3.2 GC 1.3 – RIGHTS AND REMEDIES

3.2.1 Amend paragraph 1.3.2 by deleting the word, "Consultant" and replacing it with "his representative".

3.3 GC 1.4 - ASSIGNMENT

3.3.1 Delete paragraph 1.4.1 in its entirety and replace it with the following:

"1.4.1 The Contractor shall not assign the Contract, either in whole or in part, without the written consent of the Owner."

3.4 GC 2.1 – AUTHORITY OF THE CONSULTANT

3.4.1 Delete paragraph 2.1 in its entirety and replace it with new paragraph 2.1:

"2.1.1 The Consultant will be the Owner's representative during construction and until the issuance by the Consultant of a certificate at completion of the Work ("Completion Certificate") or the issuance by the Consultant of a certificate of final acceptance ("Final Acceptance Certificate")ONLY whichever is later. All instructions to the Contractor including instructions from the Owner will be issued by the Consultant. The Consultant will have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents.

2.1.2 The Consultant will inspect the Work for its conformity with the plans and Specifications, and record the necessary data to establish payment quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of the Work completed in the case of a lump sum price contract.

2.1.3 The Consultant will investigate all claims of a change in the Work made by the Contractor and issue appropriate instructions. 2.1.4 In the case of non-compliance withCOPY the provisions of the Contract by the Contractor, the Consultant, after consultation with the Owner, will have the authority to suspend the Work for such reasonable time as may be necessary to remedy such non-compliance. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances.

3.5 GC 2.2 - ROLE OF THE CONSULTANT SUBMIT

3.5.1 Amend paragraph 2.2.3 by deleting the second sentence thereof.

3.5.2 Amend paragraph 2.2.7 by deleting the words "except with respect to GC 5.1 – FINANCING INFORMATION REQUIRED OF THE OWNER."

3.5.3 Delete paragraph 2.2.16 and replace it with the following: 2.2.16 The Consultant andNOT the Contractor will jointly conduct reviews of the Work to determine the date of Substantial Performance of the Work and completion of the Work as provided in GC 5.4 SUBSTNATIAL PERFORMANCE OF THE WORK and GC 5.7 – FINAL PAYMENT, respectively. VIEWING3.6 GC 2.4 - DEFECTIVE WORK 3.6.1 Amend paragraph 2.4.1 by adding the following at the end, "at no additional cost to the Owner"

DO 3.6.2 Add new subparagraphs 2.4.1.1 and 2.4.1.2:

"2.4.1.1 The Contractor shall rectify, in a manner acceptable to the Owner and the Consultant, all defective Work and deficiencies throughout the Work, whether or not they are specifically identified by the Consultant.

Supplementary Conditions, July 2018 3 246 of 306

2.4.1.2 The Contractor shall prioritize the correction of any defective Work which, in the sole discretion of the Owner, adversely affects the day to day operation of the Owner."

3.7 GC 3.2 - CONSTRUCTION BY OWNER OR OTHER CONTRACTORS

3.7.1 Delete subparagraphs 3.2.2.4 and 3.2.2.5 in their entirety.

3.8 GC 3.4 - DOCUMENT REVIEW

3.8.1 Delete paragraph 3.4.1 in its entirety and replace it with new paragraph 3.4.1:

"3.4.1 The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency or omission the Contractor may discover. Such review by the Contractor shall comply with the standard of care described in GC 3.14 STANDARD OF CARE. Except for its obligation to make such review and report the result, the Contractor does not assume any responsibility to the Owner or to the Consultant for the accuracy of the Contract Documents. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor could not reasonably have discovered. If the Contractor does discoverONLY any error, inconsistency or omission in the Contract Documents, the Contractor shall not proceed with the Work affected until the Contractor has received corrected or missing information from the Consultant."

3.8.2 Add new paragraph 3.4.2:

"3.4.2 If the Contractor finds discrepancies in and/or omissions from the Contract Documents or has any doubt as to the meaning or intent of any part thereof, the Contractor shall immediately notify the Consultant, who will provide written instructions or explanations. Neither the Owner nor the Consultant will be responsible for oral instructions." 3.9 GC 3.5 - CONSTRUCTION SCHEDULECOPY 3.9.1 Add the following sections 3.5.1.1.1 to 3.5.1.1.5

"3.5.1.1.1 The schedule shall take into account the sequence of construction and the completion dates contained in the information for bidders and the tender submissionSUBMIT package; 3.5.1.1.2 Only computerised type schedules will be accepted;

3.5.1.1.3 The schedule must show the Project critical path and the critical path must be identified in a contrasting colour (red) from the other activities;

3.5.1.1.4 The schedule must clearly show, in weekly intervals, the logic and timing of major activities, proposed start dates and estimated duration for activities;

3.5.1.1.5 The schedule must have a level of detail sufficient to identify the Contractor and each specific Subcontractor and their respectiveNOT parts of the Work and the specific location thereof."

3.10 GC 3.6 – SUPERVISION VIEWING3.10.1 Amend paragraph 3.6.1 by adding the following after the words, "competent representative", "who shall be a Competent Person, as that term is defined in the Occupational Health and Safety Act,", and by deleting the last sentence, and replacing it with the following, "The Contractor shall not be entitled to change the CompetentDO Person without the prior written authorization of the Owner, which shall not be unreasonably withheld." 3.10.2 Add paragraphs 3.6.3 to 3.6.7 as follows:

Supplementary Conditions, July 2018 4 247 of 306

"3.6.3 The Contractor shall furnish competent and adequate staff, who shall be in attendance at the Place of the Work at all times, as necessary, for the proper administration, co-ordination, supervision and superintendence of the Work; organize the procurement of all Product and Construction Equipment so that they will be available at the time they are needed for the Work; and keep an adequate force of skilled workers on the job to complete the Work in accordance with all requirements of the Contract Documents.

3.6.4 Prior to commencement of the Work, the Contractor shall select a competent and experienced full time Project manager (the “Project Manager”) who shall be in attendance at the Place of the Work or on the road and engaged in the Work at all times, and a competent and experienced full time site supervisor (the “Site Supervisor”) who shall be in attendance at the Place of the Work at all times. The Project Manager shall have full responsibility for the prosecution of the Work, with full authority to act in all matters as may be necessary for the proper co-ordination, supervision, direction and technical administration of the Work, who shall attend site meetings in order to render reports on the progress of the Work and who shall have authority to bind the Contractor in all matters related to this Contract. The Project Manager and the Site Supervisor shall be satisfactory to the Owner and shall not be changed except for good reason and with the prior written approval of the Owner, which shall not unreasonably be withheld. The Project Manager may be the same person as the competent representative set out in section 3.6.1. ONLY 3.6.5 The Project Manager and Site Supervisor shall represent the Contractor at the Place of the Work and notices and instructions given to the Project Manager and/or the Site Supervisor shall be held to have been received by the Contractor.

3.6.6 The Owner acting reasonably, shall have the right to order the Contractor to remove from the Project any representative or employee of the Contractor, Subcontractors or Suppliers who, in the opinion of the Owner, are a detriment to the Project.

3.6.7. The Contractor shall provide the Owner and the Consultant with the names, work addresses and telephone numbers of the Project Manager, the Site Supervisor and other responsible field persons who may be contacted for emergency and other reasons during non-working hours.”

3.11 GC 3.7 - SUBCONTRACTORS ANDCOPY SUPPLIERS

3.11.1 Add a new paragraph 3.7.1.4, as follows: "3.7.1.4 at all times ensure full compliance with all of theSUBMIT Owner's policies including the Owner's Fair Wage Policy, and its collective agreements."

3.11.2 Delete paragraphs 3.7.3, 3.7.4, and 3.7.5 in their entirety, and replace them with sections 3.7.3, 3.7.4, 3.7.5, 3.7.6, 3.7.7, and 3.7.8 as follows:

"3.7.3 The Contractor may subcontract any part of the Work, subject to these General Conditions and any limitations specified in the Contract Documents.

3.7.4 The Contractor shall notify the Consultant, in writing, of its intention to subcontract. Such notification shall identify the part of theNOT Work and the Subcontractor with whom it is intended to subcontract.

3.7.5 The Contractor shall not, without the written consent of the Owner, and whose consent shall not be unreasonably withheld, change a Subcontractor who has been engaged in accordance with this General VIEWINGCondition. 3.7.6 The Contractor shall preserve and protect the rights of the Owner with respect to that part of the Work to be performedDO under subcontract and shall enter into agreements with the intended Subcontractors to require them to perform their Work in accordance with the Contract Documents and shall be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons directly and indirectly employed by them as for acts and omissions of persons employed directly by the Contractor.

Supplementary Conditions, July 2018 5 248 of 306

3.7.7 The Owner's consent to subcontracting by the Contractor shall not be construed as relieving the Contractor from any obligation under the Contract and shall not impose any liability on the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner.

3.7.8 The Contractor and all associated Subcontractors shall be subject to the Owner's policies, including any Fair Wage Policy, if any, as may be adopted by the Owner from time to time, and any of the Owner's or legislated labour trades requirements. Failure to comply with these policies or requirements may lead to termination of the Contract, or rejection of a Subcontractor, as the case may be."

3.12 GC 3.8 - LABOUR AND PRODUCTS

3.12.1 Paragraph 3.8.2 is amended by adding the following sentence to the end:

"The Contractor shall not change the source of supply of any Product without the written authorization of the Consultant."

3.12.2 Amend paragraph 3.8.3 by adding the following at the end thereof: ONLY

"and shall not employ any persons on the Work whose labour affiliation (or lack thereof) is incompatible with other labour employed in connection with the Work or at the Place of the Work."

3.13 GC 3.11- USE OF THE WORK

3.17.1 Amend section 3.11.2 by adding the words, ", individuals and the area adjacent to the work.", at the end thereof.

3.14 GC 3.12- CUTTING AND REMEDIAL WORK 3.18.1 Amend paragraph 3.12.1 by adding the word,COPY "coring," before the word, "cutting". 3.15 GC 3.13- CLEANUP

3.15.1 Amend paragraph 3.13.2 by adding the following at the end thereof, "all to the satisfaction of the Consultant and the Owner, acting reasonably." SUBMIT

3.15.2 Add a new paragraph 3.13.4 as follows:

"3.13.4 The Owner shall have the right to back charge cleaning to the

Contractor if the cleaning is not completed within 24 hours of written notice to clean and the Owner shall have the right to back charge the cost of damage to the Place of the Work caused by the Contractor’s, Subcontractor’s or Supplier's transportation in and out of the Place of the Work if not repaired within 5 Working Days of written noticeNOT to repair or before final payment, whichever is earlier.” 3.16 GC 3.14 – STANDARD OF CARE VIEWING3.16.1 Add new General Condition 3.14 as follows: "3.14.1 In performing its services and obligations under the Contract, the Contractor shall exercise a standard of care, skill and diligence that would normally be provided by an experienced and prudent ContractorDO supplying similar services for similar projects. The Contractor acknowledges and agrees that throughout the Contract, the Contractor's obligations, duties and responsibilities shall be interpreted in accordance with this standard. The Contractor shall exercise the same standard of due care and diligence in respect of any Products, personnel, or procedures which it may recommend to the Owner.

Supplementary Conditions, July 2018 6 249 of 306

3.14.2 The Contractor further represents covenants and warrants to the Owner that there are no pending, threatened or anticipated claims that would have a material effect on the financial ability of the Contractor to perform its Work under the Contract."

3.17 GC 5.1 - FINANCING INFORMATION REQUIRED OF THE OWNER

3.17.1 Delete GC 5.1.1 and 5.1.2 in their entirety and replace them with "Intentionally left blank."

3.18 GC 5.2 - APPLICATIONS FOR PROGRESS PAYMENT

3.18.1 Amend paragraph 5.2.4 by deleting the words "calendar days" and replacing them with "Working Days".

3.18.2 Amend paragraph 5.2.7 by adding the following at the end thereof:

"Any Products delive red to the Place of the Work but not yet incorporated into the Work shall remain at the risk of the Contractor notwithstanding that title has passed to the Owner pursuant to GC 13.1 OWNERSHIP OF MATERIALS." ONLY 3.18.3 Add new paragraphs 5.2.8, 5.2.9 , 5.2.10, 5.2.11, 5.2.12, and 5.2.13 as follows:

"5.2.8 The Contractor shall submit a WSIB clearance certificate and a Statutory Declaration of Progress Payment Distribution by Contractor in a form acceptable to the Owner with each application for progress payment.

5.2.9 The Contractor shall, within 21 days of the signing of the Contract, and prior to the first claim for monthly payment, submit to the Owner a detailed breakdown of the lump sum tender price for the purpose of establishing monthly payments. The Owner, acting reasonably, reserves the right to modify costs allocated to the various breakdown items to prevent unbalancing. 5.2.10 Payment for mobilizing and settingCOPY up plant, temporary buildings and services, premiums and other disbursements, shall be prorated based on the value of the Work performed during a billable period..

5.2.11 Payment for bonds and insurance will be paid 100 per cent on the first progress payment, provided that respective invoices are submitted as proof of payment.SUBMIT 5.2.12 An “as-built” item shall be identified on the cost breakdown with a corresponding fair and reasonable value for the purpose of ensuring that the as-built information drawings are given due diligence. A detailed description of as-built information/drawings performed for that month shall accompany the invoice.

5.2.13 Prior to applying for any payment from the City, the Contractor shall submit a monthly projected/estimated payment schedule based on the detailed construction schedule and the Contract Price for the duration of the ContractNOT." 3.19 GC 5.3 - PROGRESS PAYMENT

3.19.1 Amend subparagraph 5.3.1.2 by adding the following sentence at the end thereof: VIEWING "For clarity, the ten calendar day period referenced in this paragraph shall not commence until such time as the Consultant has determined that he has received from the Contractor all required documents supporting the invoiceDO and evidencing the Work being invoiced, all to the Consultant's reasonable satisfaction." 3.19.2 Amend paragraph 5.3.1.3 by deleting the number "20" and replacing it with the number, "30", and by deleting everything after the word "after" and replacing it with the following:

Supplementary Conditions, July 2018 7 250 of 306

"the Consultant and the Contractor have reached mutual agreement on the amount of the invoice evidencing the Work being invoiced with required supporting documents. The Owner shall retain, from funds owing under the Contract, the statutory holdbacks required under the Act. Unless otherwise specified in the Contract Documents, no letter of credit or demand-worded holdback will be accepted or used to retain any part of the statutory holdbacks required under the Act."

3.20 GC 5.4 – SUBSTANTIAL PERFORMANCE OF THE WORK

3.20.1 Delete paragraph 5.4.3 in its entirety and replace it with the following:

"Immediately prior to the issuance of the certificate of Substantial Performance of the Work, the Contractor, in consultation with the Consultant, shall establish a schedule for completion of the Work and correcting deficient Work, and the construction schedule shall be deemed to be amended to include this completion schedule."

3.20.2 Add new paragraphs 5.4.4 and 5.4.5:

"5.4.4 Prior to submitting its written applicati on for Substantial PerformanceONLY of the Work, the Contractor shall submit to the Consultant all:

.1 guarantees;

.2 warrantie s, completed as per paragraph 12.3.6;

.3 certificates;

.4 testing and balancing reports; .5 distribution system diagrams; COPY .6 spare parts;

.7 maintenance/operation manuals;

.8 training manuals; SUBMIT

.9 samples;

.10 reports and correspondence from authorities having jurisdiction in the Place of the Work;

.11 Shop Drawings, and marked up Drawings;

.12 completed as-built drawings in the latest edition of a Computer Assisted Design Drawing software program; NOT .13 inspection certificates;

and other materials or documentation required to be submitted under the Contract, together with written VIEWINGproof acceptable to the Owner and the Consultant that the Work has been substantially performed in conformance with the requirements of municipal, governmental and utility authorities having jurisdiction in the DOPlace of the Work . 5.4.5 Where the Contractor is unable to deliver the documents and materials described in paragraph

Supplementary Conditions, July 2018 8 251 of 306

5.4.4, then, provided that none of the missing documents and materials interferes with the use and occupancy of the Project in a material way, and except as described herein, the failure to deliver shall not be grounds for the Consultant to refuse to certify Substantial Performance of the Work. However, certification of Substantial Performance of the Work ma y be withheld if the Contractor fails to deliver maintenance manuals, as required in paragraph 5.4.4.7, o r completed as-built drawings, as required in subparagraph 5.4.5.12. Any documents or materials not delivered in accordance with paragraph 5.4.5 shall be delivered as provided in paragraph 5.7.1.2 of GC 5.7."

3.21 GC 5.5 - PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

3.21.1 Delete paragraph 5.5.1.2 in its entirety,

3.21.2 Amend paragraph 5.5.2 by deleting the words "and the statement " from line 1, and adding the following at the end of the paragraph:

"The Substantial Performance Statutory Holdback Release Payment Certificate will be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance of the Work. Payment of such statutory holdback shallONLY be due 61 days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Act and subject to GC 5.5.4 ."

3.21.3 Delete paragraph 5.5.3 in its entirety.

3.21.4 Amend paragraph 5.5.4 by deleting the last sentence and replacing it with the following: "In accordance with the Act, the Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and, the Owner acting reasonably, may retain any amounts in respect of claims of third parties made to the Owner in respect of the Contract or the Work, and in respect of any claims the Owner may have against the Contractor." 3.22 GC 5.6 - PROGRESSIVE RELEASE COPYOF HOLDBACK 3.22.1 Amend paragraph 5.6.1 by deleting the period at the end of the first sentence and substituting ",subject to, and in accordance with, the terms of this GC 5.6." and by deleting the last sentence thereof and by adding the following as paragraphs 5.6.1.1, and 5.6.1.2: SUBMIT "5.6.1.1 The holdback in respect of a subcontract shall be released 61 days after the date the subcontract is certified complete , provided the Contractor submits the following to the Consultant:

(a) a document satisfactory to the Consultant that will release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies;

(b) evidence satisfactory to the Consultant that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract;

(c) a satisfactory clearanceNOT certificate or letter from the Workplace Safety and Insurance Board relating to the subcontract; and

(d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory statement VIEWINGshowing the total amount due to the Subcontractor from the Contractor." 5.6.1.2 The Owner may retain out of the holdback amount any sums required by law to satisfy any liens againstDO the Work and any amounts in respect of claims of third parties made to the City in respect of the Contract or the Work. "

Supplementary Conditions, July 2018 9 252 of 306

3.23 GC 5.7 - FINAL PAYMENT

3.23.1 Amend paragraph 5.7.1 by renumbering it as 5.7.1.1 and adding the following subparagraph as 5.7.1.2,.

"5.7.1.2 The Contractor’s application for final payment shall be accompanied by any documents or materials not yet delivered pursuant to paragraph 5.4.4. The Work shall be deemed not to be performed until all of the aforementioned documents have been delivered, and the Owner may withhold payment in respect of the delivery of any documents in an amount determined by the Consultant in accordance with the provisions of GC 5.8 WITHHOLDING OF PAYMENT."

3.23.2 Amend paragraph 5.7.4 by deleting the number, "5" and replacing it with "60".

3.24 GC 6.2 - CHANGE ORDER

3.24.1 Add new paragraphs 6.2.3 and 6.2.4 as follows: "6.2.3 Work on a Lump Sum Basis ONLY 6.2.3.1 Any agreement reached by the Owner and Contractor on an adjustment of the Contract Price on either a lump-sum or unit price basis shall be subject to the conditions contained in this paragraph 6.2.3.

6.2.3.2 Where a change in the Work, is performed by the Contractor’s own forces, the negotiated lump sum price for change in the Work, or negotiated unit price(s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include, without limitation, all costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor shall provide a written quotation identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work. The HST, as applicable, shall be identified separatelyCOPY in a manner satisfactory to the Owner. 6.2.3.3 Where a change in the Work is performed by a Subcontractor’s forces, the Subcontractor’s lump sum price for change in the Work, or unit price (s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include all of its costs, charges, expenses and fees whatsoever required or related to perform such change, or such unitSUBMIT priced item. The Contractor shall provide a written quotation with back-up documentation from the Subcontractor identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work and the total price charged by the Subcontractor. The Subcontractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor is allowed a maximum mark-up of 10% on the total price charged by the Subcontractor to the Contractor for such change, net of taxes and Subcontractor mark-up. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner.

6.2.3.4 In the event any ofNOT the change in the Work , contains items or parts that, in the opinion of the Consultant, are the same or equivalent to items for which the Contractor submitted unit prices in the tender submitted by the Contractor, then the prices in the tender shall be the prices paid by the Owner for that work VIEWINGor parts of the work in respect of any such change in the Work. 6.2.3.5 Where a change in the Work is performed either by the Contractor or a Subcontractor, and requires Construction Equipment, reasonable rental charges for Construction Equipment, such as tractors, bulldozers, ditchingDO machines, air compressors, compactors, concrete mixers and graders, for the actual time required in operation for the performance of the Work must be agreed upon before commencing the Work.

Supplementary Conditions, July 2018 10 253 of 306

6.2.3.6 The mark-ups provided for in paragraph 6.2.3.2 and 6.2.3.3 shall constitute the only compensation the Contractor shall be entitled to for any and all overhead, profit, incidental and administrative costs whatsoever related to the change, including but not limited to, costs relating to superintendence and supervision, shop drawing production, estimating, site office and home office expenses, workers tools, temporary facilities and controls, and coordination of any and all Work-related activities.

6.2.3.7 No claim whatsoever for a change in the Contract Time, delay, prolongation charges, remobilization or otherwise shall be permitted with respect to a change, unless first authorized by the Consultant and approved by the Consultant and set out in the Change Order or Change Directive, as the case may be, by the Owner.

6.2.3.8 No compensation for any change in the Work shall be allowed unless such change is first ordered in writing by the Consultant and authorized by the Owner.

6.2.4 Work on a Time and Material Basis

6.2.4.1 Where agreement is not reached on a lump-sum or unit price basis for a change in the Contract Price arising out of a change in the Work, the Owner may choose to issue a ChangeONLY Order for Work on a Time and Material Basis, in which case the following provisions in this section 6.2.4 shall apply:

6.2.4.2 For the purposes of this paragraph 6.2.4, the following definitions apply:

Cost of Labour: means the amount of wages, salary, travel, travel time, food, lodging or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration or management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Construction Equipment. Cost of Product: means the cost of ProductCOPY purchased, or supplied from stock, and valued at current market prices, for the purpose of carrying out extra Work, by the Contractor, or by others when such arrangements have been made by the Contractor for completing the Work, as shown by itemized invoices.

Operated Rented Construction Equipment: means rented Construction Equipment for which an operator is provided by the supplier of the Construction EquipmentSUBMIT and for which the rent or lease includes the cost of the operator.

Payroll Burden: means the payments in respect of workplace insurance, vacation pay, employment insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments forming part of the Contractor's normal labour costs.

Rented Equipment: means Construction Equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate of the lessee as defined by the Securities ActNOT, R.S.O. 1990, Chapter c.S.5, as amended, and is approved by the Consultant. Road Work: means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures. VIEWINGSewer and Watermain Work: means the preparation, construction, finishing and construction maintenance of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures.DO Standby Time: means any period of time which is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of

Supplementary Conditions, July 2018 11 254 of 306

Construction Equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition.

Structure Work: means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto.

The 127 Rate: means the rate for a unit of Construction Equipment as listed in OPSS.PROV 127, Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference, which is current at the time the Work is carried out or for Construction Equipment which is not so listed, the rate which has been calculated by the Owner, using the same principles as used in determining The 127 Rates.

Work on a Time and Material Basis: means changes in the Work approved by the Consultant for payment on a time and material basis. The Work on a Time and Material Basis shall be subject to all the terms, conditions, Specifications and provisions of the Contract.

Working Time: means each period of time during which a unit of ConstructionONLY Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition.

6.2.4.3 Daily Work Records prepared as the case may be by either the Contractor's representative or the Consultant and reporting the labour and Construction Equipment employed and the Product used for Work on a Time and Material Basis, shall be reconciled and signed each day by both the Contractor's representative and the Consultant.

6.2.4.4 Payment as herein provided shall be full compensation for all labour, Construction Equipment and Product to do the Work on a Time and MaterialCOPY Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a time and material basis shall apply to each individual Change Order authorized by the Consultant.

6.2.4.5 The Owner will pay the Contractor for labour employed on each time and material project at 135% of the Cost of Labour up to $3000, then at 120% of any SUBMITportion of the Cost of Labour in excess of $3000. 6.2.4.6 The Owner will make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor’s actual cost of Payroll Burden.

6.2.4.7 At the Owner’s discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Work on a Time and Material Basis.

6.2.4.8 The Owner will payNOT the Contractor for Product used on each time and material project at 120% of the Cost of Product up to $3,000, then at 115% of any portion of the Cost of Product in excess of $3,000.

6.2.4.9 The Owner will pay the Contractor for the Working Time of all Construction Equipment other than VIEWINGrented Construction Equipment and Operated Rented Construction Equipment used on the Work on a Time and Material Basis at the 127 Rates with a cost adjustment as follows: (a) CostDO $10,000 or less - no adjustment; (b) Cost greater than $10,000 but not exceeding $20,000 - payment $10,000 plus 90% of the portion in excess of $10,000; and

Supplementary Conditions, July 2018 12 255 of 306

(c) Cost greater than $20,000 - $19,000 plus 80% of the portion in excess of $20,000.

6.2.4.10 The Owner will pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Consultant up to a maximum of 110% of the 127 Rate. This constraint will be waived when the Consultant approves the invoice price prior to the use of the Rented Equipment.

6.2.4.11 The Owner will pay the Contractor for the Working Time of Operated Rented Construction Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Construction Equipment invoice price approved by the Consultant prior to the use of the Construction Equipment on the Work on a Time and Material Basis.

6.2.4.12 The Owner will pay the Contractor for Standby Time of Construction Equipment at 35% of the 127 Rate or 35% of the invoice price whichever is appropriate. The Owner will pay reasonable costs for Rented Equipment where this is necessarily retained in the Place of the Work for extended periods agreed to by the Consultant. This will include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and Material Basis. ONLY 6.2.4.13 In addition, the Owner will include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis.

6.2.4.14 Rented Equipment idled by the circumstances giving rise to the Work on Time and Material Basis to be returned to the lessor until the work requiring the Rented Equipment can be resumed. The Owner will pay such costs as result directly from such return.

6.2.4.15 When Construction Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Place of the Work, payment will be made by the Owner only in respect of the transporting units. When Construction Equipment is moved under its own power it shall be deemed to be working. Construction Equipment ratesCOPY shall be subject to the approval of the Consultant. 6.2.4.16 Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of hand tools or equipment that are tools of the trade. 6.2.4.17 For changes in the Work, where the Work is performedSUBMIT by a Subcontractor the Owner shall pay the Contractor a mark up in the amount of 10 % of the first $10,000 plus 5 % of the amount in excess of $10,000.

6.2.4.18 No further markup will be applied regardless of the extent to which the Work is assigned or sublet to others. If Work is assigned or sublet to an associate, as defined by the Securities Act no markup whatsoever will be applied.

6.2.4.19 At the start of the Work on a Time and Material Basis, the Contractor shall provide the applicable labour and Construction EquipmeNOTnt rates not already submitted to the Consultant during the course of such work.

6.2.4.20 Separate summaries shall be completed by the Contractor according to the standard form “Summary VIEWINGfor Payment of Accounts on a Time and Material Basis”. Each summary shall include the order number and covering dates of the Work and shall itemize separately labour, Product and Construction Equipment. Invoices for Product, Rented Construction Equipment and other charges incurred by the Contractor on the Work onDO a Time and Material Basis shall be included with each summary. 6.2.4 .21 Each month the Consultant will include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the

Supplementary Conditions, July 2018 13 256 of 306

Contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis.

6.2.4.22 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 days after the completion of the Work on a Time and Material Basis."

3.25 GC 6.3 - CHANGE DIRECTIVE

3.25.1 Delete paragraph 6.3.7.1 in its entirety and replace it with the following:

".1 salaries, wages and benefits paid to personnel in the direct employ of the Contractor, applying the labour rates set out in the wage schedule in the Contract Documents or as otherwise agreed between the Owner and Contractor for personnel,

(1) carrying out the Work, including necessary supervisory services;

(2) engaged in expediting the production or transportation of material or equipment, at shops or on the road;

(3) engaged in the preparation of Shop Drawings, fabrication drawings, coordinationONLY drawings and Contract as-built drawings, or,

(4) including clerical staff engaged in processing changes in the Work."

3.25.2 Amend paragraph 6.3.8 by adding the words "except for paragraph 6.3.14" after the word "Contract" in the first line.

3.25.3 Add new paragraph 6.3.14 as follows:

"6.3.14 For greater certainty, and without limitation, the cost of performing the Work attributable to the Change Directive does not include, and COPYno payment shall be made for: .1 head office salaries and benefits and all other overhead or general expenses, except only for the salaries, wages and benefits of personnel described in paragraph 6.3.7.1 and the contributions, assessments or taxes referred to in paragraphs 6.3.7.2;

.2 capital expenses and interest on capital; SUBMIT

.3 general clean-up, except where the performance of the Work in the Change Directive causes specific additional clean-up requirements;

.4 wages paid for project managers, superintendents, assistants, watch persons and administrative personnel, provided the Change Directive does not result in an extension of Contract Time;

.5 wages, salaries, rentals, or other expenses that exceed the rates that are standard in the locality of the Place of the Work thatNOT are otherwise deemed unreasonable by the Consultant; .6 any costs or expenses attributable to the negligence, improper Work, deficiencies, or breaches of Contract by the Contractor or Subcontractor; VIEWING.7 any cost of quality assurance, such as inspection and testing services, charges levied by authorities, and anyDO legal fees unless any such costs or fees are pre-approved in writing by the Owner."

Supplementary Conditions, July 2018 14 257 of 306

3.26 GC 6.5 - DELAYS

3.26.1 Amend paragraphs 6.5.1, and 6.5.2 by deleting the period at the end of each paragraph, and substituting the following words, ", but excluding any consequential, indirect or special damages, loss of profit, loss of opportunity or loss of productivity resulting from such delay."

3.26.2 Add new subparagraphs 6.5.6, 6.5.7, 6.5.8 and 6.5.9 as follows:

"6.5.6 If the Contractor is delayed in the performance of the Work by an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly, or by any cause within the Contractor's control, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Owner shall be reimbursed by the Contractor for all reasonable costs incurred by the Owner as the result of such delay, including all services required by the Owner from the Consultant as a result of such delay by the Contractor and, in particular, the cost of the Consultant's services during the period between the date of Substantial Performance of the Work stated in Article A-1 herein as the same may be extended through the provisions of these General Conditions and any later, actual date of Substantial Performance of the Work achieved by the ContractorONLY. 6.5.7 The Contractor shall be responsible for the care, maintenance and protection of the Work in the event of any suspension of construction as a result of the delay described in paragraphs 6.5.1, 6.5.2 or 6.5.3. In the event of such suspension, the Contractor shall be reimbursed by the Owner for the reasonable costs incurred by the Contractor for such care, maintenance and protection, but excluding the costs of the Contractor's head office personnel. The Contractor's entitlement to costs pursuant to this paragraph 6.5.7, if any, shall be in addition to amounts, if any, to which the Contractor is entitled pursuant to paragraphs 6.5.1, 6.5.2 or 6.5.3.

6.5.8 Without limiting the obligations of the Contractor described in GC 3.2 – CONSTRUCTION BY OWNER OR OTHER CONTRACTORS and GC 9.4 – CONSTRUCTION SAFETY, the Owner may, by Notice in Writing, direct the Contractor to stop the Work where the Owner determines that there is an imminent risk to the safety of persons or property at the Place of the Work. In the event that the Contractor receives such notice, it shall immediatelyCOPY stop the Work and secure the Project site. The Contractor shall not be entitled to an extension of the Contract Time or to an increase in the Contract Price unless the resulting delay, if any, would entitle the Contractor to an extension of the Contract Time or the reimbursement of the Contractor's costs as provided in paragraphs 6.5.1, 6.5.2SUBMIT or 6.5.3. 6.5.9 The Contractor recognizes and agrees that the Owner will suffer financial loss if the Work is not completed within the time specified in the Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the Owner, as liquidated damages, an amount per day, as designated in the Specific Conditions of Contract for each and every day’s delay from the specified time for completion of the Work until actual completion of the Work, and it is further expressly acknowledged and agreed by the Contractor that: (a) this amount is a reasonableNOT estimate of the actual damage that will be incurred by the Owner due to any failure to complete the Work within the time required by this Contract;

(b) the Owner may deduct the amount due under this section from any monies that may be due or payable VIEWINGto the Contractor, whether under this Contract or any other agreement; (c) the liquidated damages provided for in this section shall be without prejudice to any other remedy to whichDO the Owner is entitled at law or in equity."

Supplementary Conditions, July 2018 15 258 of 306

3.27 GC 6.6 CLAIMS FOR CHANGE IN CONTRACT PRICE

3.27.1 GC 6.6.1 - 6.6.6 are deleted in their entirety and replaced with the following:

"6.6.1 Claims for a change in the Contract Price shall be determined in accordance with GC 8, as amended."

3.28 GC 7.1 - OWNER'S RIGHT TO PERFORM THE WORK, STOP THE WORK, OR TERMINATE THE CONTRACT

3.28.1 Amend paragraph 7.1.2 by adding the following sentence to the end:

"Failure by the Owner to provide such notice shortly after the default has occurred shall not constitute condonation of the default."

3.28.2 Add a new paragraph 7.1.5.5 as follows: ".5 charge the Contractor for any damages the Owner may have sustained as ONLYa result of the default." 3.29 GC 7.2 - CONTRACTOR'S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT

3.29.1 Delete paragraphs 7.2.1, and 7.2.3.1 in their entirety.

3.29.2 In paragraph 7.2.2, insert the words "other than the City of Toronto" after the words "public authority" in the second line.

3.29.3 Delete subparagraph 7.2.3.4 and replace it with the following: ".4 the Owner violates the requirements COPYof the Contract to a substantial degree " 3.29.4 Delete paragraph 7.2.5 and replace it with the following:

"7.2.5 If the default cannot be corrected within the 5 Working Days specified in paragraph 7.2.4, the Owner shall be deemed to have cured the default if it SUBMIT .1 commences the correction of the default within the specified time; and

.2 provides the Contractor with an acceptable schedule for such correction; and

.3 completes the correction in accordance with such schedule."

3.29.5 Add new paragraph 7.2.6: "7.2.6 If the ContractorNOT terminates the Contract under the conditions described in this GC 7.2, the Contractor shall be entitled to be paid for all Work performed to the date of termination. The Contractor shall also be entitled to recover the direct costs associated with termination, including the costs of demobilization, losses sustained on Products and Construction Equipment. The Contractor shall not be entitled to any VIEWINGrecovery for special, indirect or consequential losses, or loss of use." 3.30 GC 8.0 – DISPUTE RESOLUTION

3.30.1 DeleteDO Part 8 in its entirety and replace it with the following: "8.0 DISPUTE RESOLUTION

Supplementary Conditions, July 2018 16 259 of 306

8.1.1 Continuance of the Work

Unless the Contract has been terminated or completed, the Contractor shall in every case, after serving or receiving any notification of a claim or dispute, verbal or written, continue to proceed with the Work with due diligence and expedition. It is understood by the parties that such action shall not jeopardize any claim it may have.

8.1.2 Record Keeping

Immediately upon commencing Work that may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim, and the Consultant shall keep Daily Work Records to be used in assessing the Contractor's claim, all records to be in accordance with the requirements of the Contract.

8.1.3 The Contractor and the Consultant shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Consultant fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolutionONLY of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim.

8.1.4 The keeping of Daily Work Records by the Consultant or the reconciling of such Daily Work Records with those of the Contractor shall not be construed to be acceptance of the claim.

8.2 Claims Procedure

8.2.1 The Contractor shall give verbal notice to the Consultant of any situation which may lead to a claim for additional payment immediately upon becoming aware of the situation and shall provide written notice to the Consultant of such situation or of any express intent to claim such payment, within seven days of the commencement of any part of the Work which may be affected by the situation or shall form part of the claim.COPY 8.2.2 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 days after completion of the Work affected by the situation. The detailed claim shall: a) identify the item or items in respect of whichSUBMIT the claim arises; b) state the grounds, contractual or otherwise, upon which the claim is made; and

c) include the records maintained by the Contractor supporting such claim.

In exceptional cases the 30 days may be increased to a maximum of 90 days with approval in writing from the Consultant.

8.2.3 Within 30 days of the receipt of the Contractor’s detailed claim, the Consultant may request the Contractor to submitNOT any further and other particulars as the Consultant considers necessary to assess the claim. The Contractor shall submit the requested information within 30 days of receipt of such request. VIEWING8.2.4 Within 90 days of receipt of the detailed claim, the Owner, or if authorized by the Owner, the Consultant, shall advise the Contractor, in writing, of the Owner’s opinion with regard to the DOvalidity of the claim. 8.3 Negotiations

Supplementary Conditions, July 2018 17 260 of 306

8.3.1 The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations.

8.3.2 Should the Contractor disagree with the opinion given in paragraph 8.2.4, with respect to any part of the claim, the Consultant shall enter into negotiations with the Contractor to resolve the matters in dispute. Negotiation shall occur on three levels; first, with the Consultant, second, with the Owner’s Manager level, and third, with the Owner’s Director, General Manager or Executive Director level. Corresponding level shall be involved in the discussions on behalf of the Contractor. Any agreement reached with the Consultant shall be subject to the Owner’s approval. Prior to commencement of construction the Owner and the Contractor shall meet to determine the names of the representatives at the three levels of discussion. These names shall be put in writing, to be used in the event of a dispute in issue.

8.3.3 Discussions with the Consultant shall be completed as soon as possible and shall be limited to a period of no more than 30 days following receipt of the opinion given in paragraph 8.2.4. Manager level discussion shall be completed as soon as possible following failed discussions with the Consultant, and shall be limited to a period of no more than a further ONLY30 days. The Director, General Manager or Executive Director level discussion shall be completed as soon as possible following failed manager level discussions, and shall be limited to a period of no more than a further 30 days.

8.3.4 Each party shall be responsible for elevating an issue to the next level of negotiation, if the issue has not been resolved at the current level. The Contractor or Consultant shall notify the other properly in writing if he or she wishes to pursue an issue to the next level of negotiation.

8.3.5 Where a negotiated settlement cannot be reached, or it is agreed that payment cannot be made in accordance with paragraph 6.2.3 or paragraph 6.2.4, the parties may, upon mutual agreement, proceed in accordance with clause paragraph 8.4, Mediation. 8.4 Mediation COPY 8.4.1 If a claim is not resolved satisfactorily through the negotiation process in paragraph 8.3, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator.SUBMIT 8.4.2 The mediator shall be mutually agreed upon by the Owner and Contractor.

8.4.3 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. The mediator may provide the parties with his or her non-binding without prejudice settlement recommendation, on the day of the mediation.

8.4.4 Each party is responsible for its own costs related to the use of the third party mediator process. The costs of the thirdNOT party mediator shall be equally shared by the Owner and Contractor. 8.5 Payment

8.5.1 Payment of the claim shall be made no later than 30 days after the date of resolution of the claim or VIEWINGdispute. Such payment shall be made according to the terms of Part 5, Payment. 8.6 DORights of Both Parties 8.6.1 Unless the parties agree otherwise, no action taken under paragraphs 8.1 to 8.6, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties.

Supplementary Conditions, July 2018 18 261 of 306

8.7 Arbitration

8.7.1 If a claim is not resolved satisfactorily through the negotiation process, or mediation if utilized, either party may request an arbitration of the dispute and the parties, by mutual agreement, may submit such dispute to arbitration and the provisions of the Ontario Arbitration Act, 1991, as amended, shall apply to such arbitration, including the provisions for appeal therein except as otherwise provided in this section 8.7. Notwithstanding this, in the case of claims for amounts less than $150,000, exclusive of H.S.T., the provisions of subsection GC 8.7 to 8.11, Arbitration, shall be mandatory if requested by either party, and the matter shall proceed to arbitration if not resolved through the said negotiation or mediation processes.

8.7.2 If the Parties engage in arbitration to resolve the issue, notification to that effect shall be communicated in writing to the Consultant within 30 days of completing the negotiations referred in paragraph 8.3, or, if the parties proceed to mediation under paragraph 8.4, within 30 days of completing that mediation. 8.7.3 The parties shall be bound by the decision of the arbitrator. ONLY 8.7.4 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of paragraphs 8.7 to 8.11.

8.8 Arbitration Procedure

8.8.1 The following provisions are to be included in the agreement to arbitrate:

.1 All existing actions in respect of the matters under arbitration shall be stayed pending arbitration; .2 All then unresolved claimsCOPY and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are in the schedule shall be arbitrated; and

.3 Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. SUBMIT 8.9 Appointment of Arbitrator

8.9.1 The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute.

8.9.2 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 days of the notification of arbitration noted in paragraph GC 8.7.2, the Owner and the Contractor shall each chose an appointee with 37 days of the notice of arbitration.

8.9.3 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 days after the last appointee NOTwas chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc. which shall select an arbitrator to adjudicate the dispute within 7 days of being requested to do so. VIEWING8.9.4 The arbitrator shall not be interested financially in the Contract nor in either party’s business and shall not be employed by either party. 8.9.5 DOThe arbitrator is not bound by the rules of evidence which govern the trial of cases in court but may hear and consider any evidence which the arbitrator considers relevant.

Supplementary Conditions, July 2018 19 262 of 306

8.9.6 The hearing shall commence within 90 days of the appointment of the arbitrator.

8.10 Costs

8.10.1 The arbitrator’s fee shall be equally shared by the Owner and the Contractor.

8.10.2 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor.

8.10.3 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor.

8.10.4 The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration.

8.11 The Decision

8.11 The reasoned decision shall be made in writing within 90 days of theONLY conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with Part 5, Payment."

3.31 GC 9.1 - PROTECTION OF WORK AND PROPERTY

3.31.1 Delete subparagraph 9.1.1.1 in its entirety and replace it with new subparagraph 9.1.1.1:

"9.1.1.1 errors in the Contract Documents which the Contractor could not have discovered applying the standard of care described in GC 3.14 STANDARDCOPY OF CARE." 3.31.2 Amend paragraph 9.1.1.2 by adding the word, "negligent" at the beginning thereof.

3.31.3 Add new paragraphs 9.1.5 and 9.1.6 as follows:

"9.1.5 Without in any way limiting the Contractor's obligationsSUBMIT under this GC 9.1, should the Contractor or any Subcontractor or Supplier cause loss or damage to trees or other plantings, whether owned by the Owner or third parties, the Contractor shall be liable for the replacement cost of the trees or other plantings damaged, including the cost of any arborist or other Consultant, and such costs may be deducted by the Owner from amounts otherwise owing to the Contractor.

9.1.6 The Contractor shall neither undertake to repair and/or replace any damage whatsoever to the Work of other Contractors, or to adjoining property, nor acknowledge the same was caused or occasioned by the Contractor, without first consulting the Owner and receiving written instructions as to the course of action to be followed from either NOTthe Owner or the Consultant . However, where there is danger to life or public safety, the Contractor shall take such emergency action as it deems necessary to remove the danger."

3.32 GC 9.4 - CONSTRUCTION SAFETY VIEWING3.32.1 Delete paragraph 9.4.1 in its entirety and substitute new paragraph 9.4.1: "9.4.1 The Contractor shall be solely responsible for construction safety at the Place of the Work and for complianceDO with the rules, regulations and practices required by the applicable construction health and safety legislation and shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Work."

Supplementary Conditions, July 2018 20 263 of 306

3.32.2 Add new paragraphs 9.4.2, 9.4.3 and 9.4.4:

"9.4.2 Prior to the commencement of the Work, the Contractor shall submit to the Owner:

.1 a current WSIB clearance certificate;

.2 documentation of the Contractor’s in-house safety-related programs;

.3 a copy of the Notice of Project filed with the Ministry of Labour naming itself as “constructor” under OHSA

9.4.3 The Contractor shall indemnify and save harmless the Owner, its agents, officers, directors, employees, consultants, successors and assigns from and against the consequences of any and all safety infractions committed by the Contractor under OHSA, including the payment of legal fees and disbursements on a solicitor and client basis. Such indemnity shall apply to the extent to which the Owner is not covered by insurance, provided that the indemnity contained in this paragraph shall be limited to costs and damages resulting directly from such infractions and shall not extend to any consequential, indirect or special damages. ONLY

9.4.4 The Owner undertakes to include in its contracts with other contractors and/or in its instructions to its own forces the requirement that the other contractor or own forces, as the case may be, will comply with directions and instructions from the Contractor with respect to occupational health and safety and related matters."

3.33 GC 10.1 - TAXES AND DUTIES

3.33.1 Add the following to the end of paragraph 10.1.1:

"Any Value Added Taxes (including Harmonized Sales Tax), where applicable, shall be listed as line items separate from the total Contract Price." COPY 3.33.2 Delete paragraph 10.1.2 and replace it with the following:

"Any increase or decrease in costs to the Contractor due to changes in such included taxes and duties at the time of the bid closing shall increase or decrease the ContractSUBMIT Price accordingly. For greater certainty, the Contractor shall not be entitled to any mark-up for overhead or profit on any increase in such taxes and duties."

3.33.3 Add new paragraphs 10.1.3, 10.1.4, 10.1.5, and 10.1.6, as follows:

"10.1.3 Where the Owner is entitled to an exemption or a recovery of sales taxes, customs duties, excise taxes or Value Added Taxes applicable to the Contract, the Contractor shall, at the request of the Owner or the Owner's representative, assist with the application for any exemption, recovery or refund of all such taxes and duties and all amounts recovered or exemptions obtained shall be for the sole benefit of the Owner. The Contractor agrees to endorseNOT over to the Owner any cheques received from the Federal or provincial governments, or any other taxing authority, as may be required to give effect to this paragraph.

10.1.4 The Contractor shall maintain accurate records of Construction Equipment, Product and component VIEWINGcosts reflecting the taxes, customs duties, excise taxes and Value Added Taxes paid. 10.1.5 Any refund of taxes, including, without limitation, any government sales tax, customs duty, excise tax or DOValue Added Tax, whether or not paid, which is found to be inapplicable or for which exemption may be obtained, is the sole and exclusive property of the Owner. The Contractor agrees to cooperate with the Owner and to obtain from all Subcontractors and Suppliers cooperation with the Owner in the application for any refund of any taxes, which cooperation shall include but not be limited to, making or concurring in

Supplementary Conditions, July 2018 21 264 of 306

the making of an application for any such refund or exemption, and providing to the Owner copies, or where required, originals of records, invoices, purchase orders and other documentation necessary to support such applications or exemptions or refunds. All such refunds shall either be paid to the Owner, or shall be a credit to the Owner against the Contract Price, in the Owner's discretion. The Contractor agrees to enable, assist with and submit to any reasonable audit requested by the Owner with respect the potential refunds under this paragraph.

10.1.6 Customs duties penalties, or any other penalty, fine or assessment levied against the Contractor, shall not be treated as a tax or customs duty for the purpose of this GC 10.1"

3.34 GC 10.2 LAWS, NOTICES, PERMITS, AND FEES

3.34.1 Add to the end of paragraph 10.2.4, the following:

"The Contractor shall notify the Chief Building Official or the registered code agency where applicable, of the readiness, substantial completion, and completion of the stages of construction set out in the Ontario Building Code. The Contractor shall be present at each site inspection by an inspector or registered code agency as applicable under the Ontario Building Code." ONLY

3.34.2 Delete paragraph 10.2.6 and replace it with the following:

"10.2.6 If the Contractor fails to notify the Owner and the Consultant in writing, fails to obtain direction as required in paragraph 10.2.5, and/or performs work that it knows or ought to have known that contravenes any laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, the Contractor shall be responsible for and shall correct the violations thereof, and shall bear the costs, expenses, and damages attributable to the failure to comply with the provisions of such laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, and, notwithstanding any limitations described in paragraph 12.1.1, shall indemnify and hold harmless the Owner and the Consultant from and against any claims, demands, losses, costs, damages, actions, suits or proceedings resulting from such failure or breach of law." COPY 3.34.3 Add a new paragraph 10.2.8 as follows:

"10.2.8 Without limiting the generality of any other provision in the Contract Documents, the Contractor shall cause all certificates to be furnished that are requiredSUBMIT or given by the appropriate governmental or quasi- governmental authorities as evidence that the Work as installed conforms with the laws and regulations of any authorities having jurisdiction over the Place of the Work, including, without limitation, certificates of compliance for the Owner’s occupancy or partial occupancy. The certificates are to be final certificates giving complete clearance of the Work, in the event that such governmental or quasi-governmental authorities furnish such certificates."

3.35 GC 10.3 PATENT FEES

3.35.1 Amend paragraph 10.3.1 by adding the words, "indemnify and" before the words, "hold the", in the second line. NOT

3.35.2 In paragraph 10.3.2, add the words, "by the Owner", after the words, "supplied to the Contractor" VIEWING3.36 11.1 INSURANCE 3.36.1 DeleteDO paragraph 11.1 in its entirely and replace it with the following: "11.1 INSURANCE 11.1.1 Without restricting the generality of paragraph 12, Indemnification, the Contractor shall provide,

Supplementary Conditions, July 2018 22 265 of 306

maintain and pay for the insurance coverages listed in this General Condition under paragraphs 11.1.2, 11.1.3,11.1.4, and 11.1.5. Insurance coverage in paragraphs 11.1.6, and 11.1.7 will only apply when so specified in the Contract Documents.

11.1.2 Commercial General Liability Insurance

.1 Commercial General Liability Insurance shall provide that the policy:

a) is in the amount of Five Million Dollars ($5,000,000), per occurrence;

b) includes the Owner (City of Toronto), its Boards, Agencies and Commissions and subsidiary operations, as applicable, and the Consultant as additional insureds with respect to liability arising out of the operation of the insured for which a contract is issued by the Owner; and,

c) has provision for a cross liability and/or severability of interest, contractual liability, Owner's and Contractor's protective liability, broad form property damage, contingent/and or employer's liability, products and completed operations, non owned automobile liability and, if applicable to the insured operations as detailed in the Contract Documents, coverageONLY for blasting, pile driving and collapse.

.2 The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period set out in these General Conditions of Contract or as otherwise required by the Contract Documents.

.3 The Contractor shall maintain completed operations coverage for a period of six (6) years from Substantial Performance of the Contract, unless otherwise indicated in the Contract Documents. On an annual basis the contractor shall submit to the City a renewal Certificate or a replacement policy prior to the expiration date of the existing policy without notice or demand by the City. If the Contractor fails to do so, any limitation period for claiming indemnity described in the Contract Documents will not be binding on the Owner. COPY .4 "Claims Made" insurance policies will not be permitted. 11.1.3 All Risk Property Insurance (Builders' Risk or InstallationSUBMIT Floater) .1 The Contractor shall provide, maintain and pay for a policy of all risk property insurance. The policy shall be maintained from the commencement of Work until 10 days after Substantial Performance of the Work and shall be written on a replacement cost basis on all Products, supplies and equipment and/or systems, including boiler and machinery, if applicable, that forms part of the Work. The policy may be in the form of a Builder's Risk or Installation Floater, as appropriate to the Project. The Owner shall be included as an additional insured and a joint loss payee on the Builder's Risk Insurance Policy.

11.1.4 Automobile Liability Insurance

.1 The Contractor shall provide,NOT maintain and pay for a policy of automobile liability insurance in respect of all licensed owned/leased vehicles that will be utilized in the performance of the Work, unless otherwise required by the Contract Documents. This policy of automobile liability insurance shall have limits of not VIEWINGless than Two Million Dollars ($2,000,000). 11.1.5 Contractor's Equipment Insurance .1 TheDO Contractor shall provide, maintain and pay for a policy of all risks Contractor’s equipment insurance covering construction machinery and equipment used and owned by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels. This policy shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. Upon

Supplementary Conditions, July 2018 23 266 of 306

agreement of the Owner, approval may be provided to the Contractor to waive the equipment insurance requirement for the purpose of this Contract.

11.1.6 Contractor's Pollution Liability Insurance

.1 Where specified in the Contract Documents, the Contractor shall provide, maintain and pay for a policy of pollution liability insurance. The policy shall have a limit of not less than Two Million Dollars ($2,000,000) per claim limit. The policy shall cover third-party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from the Contractor’s operations and completed operations (i.e. Work performed). The policy shall be kept in force for 24 months from the date of Substantial Performance of the Work. The Owner shall be included as an additional insured on this policy.

11.1.7 Use and Occupancy of the Work Prior to Completion

.1 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance of the Work, the Owner will give 30 days’ written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance,ONLY which shall be at the Owner's expense. If because of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage.

.2 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is determined the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Consultant may decideCOPY in consultation with the Contractor .

11.1.8 Payment for Loss or Damage .1 The Contractor shall be entitled to receive from theSUBMIT Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of Part 5.0. In addition the Contractor shall be entitled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work.

.2 The Contractor shall be responsible for deductible amounts under the policies.

11.1.9 Insurance Requirements and Duration

.1 Unless specified otherwise,NOT the duration of each insurance policy shall be from the date of commencement of the Work until 10 days after the date of final acceptance of the Work, as set out in the Final Acceptance Certificate. VIEWING.2 Prior to commencement of the Work and upon placement and at renewal, amendment or extension of all or any part of the insurance, the Contractor shall promptly provide the Owner with confirmation of coverage on the Owner’s certificate of insurance form or on a form acceptable to the Owner, without notice or demand by theDO Owner. The insurance documents shall be signed by the insurer or an authorized representative of the insurer. .3 If the Owner receives notice of cancellation for nonpayment of the insurance premium, the Owner may,

Supplementary Conditions, July 2018 24 267 of 306

but is not obliged to, pay the premium of any policy of insurance required to be maintained herein and make a formal demand for reimbursement of such costs from the Contractor. If the Contractor fails to pay the cost of the insurance placed by the Owner within 15 days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor.

.4 The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature of the insurer or the underwriter or the broker.

.5 All insurance policies taken out by the Contractor shall be placed with insurers licensed to write business in the Province of Ontario.

.6 The insurance policies required pursuant to this clause shall be primary and shall not call into contribution any insurance available to the Owner.

.7 The amount of the deductible for the purpose of this Contract shall not be moreONLY than $25,000.00.

.8 The Contractor shall maintain such forms of insurance as the Owner, acting reasonably, may require from time to time, in amounts and for risks against which a prudent Contractor would insure."

.9 Each policy (except for the policy of automobile insurance required under section 11.1.4) shall contain an endorsement requiring the insurer(s) to notify the City of Toronto in writing, by registered mail, at least thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior to any cancellation of the Contractor’s insurance."

3.37 GC 11.2 – CONTRACT SECURITY 3.37.1 Delete the last sentence in paragraph 11.2.2.COPY 3.37.2 Add new paragraph 11.2.3 as follows:

“11.2.3 The premiums for the bonds required by the Contract Documents are included in the Contract Price." SUBMIT

3.38 GC 12.1 - INDEMNIFICATION

3.38.1 Delete paragraphs 12.1.1 through 12.1.6 and replace them with the following:

"12.1.1 The Contractor shall indemnify and hold harmless the Owner and each of the Owner's elected officials, officers, employees and agents (hereinafter referred to collectively as the “Indemnitees”) from and against all claims, demands, actions, suits or proceedings which may be brought against or made by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform anyNOT of its obligations under the Contract Documents.

12.1.2 The Contractor shall indemnify and hold harmless the Owner and the Indemnitees from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned VIEWINGby the Contractor in connection with the Work performed or Product furnished by the Contractor under the Contract. 12.1.3.1DO The Owner shall indemnify and hold harmless the Contractor from and against all claims, demands, actions, suits or proceedings ("claims") in respect to claims against the Contractor by third parties that arise out of the Contractor's direct involvement in this Contract provided such claims are directly caused by the

Supplementary Conditions, July 2018 25 268 of 306

negligent act or omission of the Owner, and then only to the extent the loss or damage was caused by the Owner.

12.1.3.2 The Owner shall indemnify and hold harmless the Contractor, its agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of its obligations under the Contract Documents which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work. The Contractor expressly waives the right to indemnity for claims other than those stated above.

12.1.4 The Contractor shall pay to the Indemnitees, or any of them, on demand any loss, costs, damages and expenses which may be sustained, incurred or paid by the Indemnitees, or any of them, in consequence of any such action, suit, claim, lien, execution or demand and any moneys paid or payable by the Indemnitees in settlement or in discharge or on account thereof. If the Contractor fails to make such payment, all such mentioned loss, costs, damages and expenses and all such moneys so paid or payable may be deducted from any moneys of the Contractor then remaining in the possession of the Owner on account of the Work or from moneys payable by the Owner to the Contractor on any account whatever or may be recovered from the Contractor or its Surety, as the case may be, in any court of competent jurisdiction as moneys paid at their request. The Contractor hereby authorizes and empowers the Owner or the ONLYConsultant as the case may be, or their Solicitor, for the time being, to defend, settle or compromise any of such actions, suits, claims, liens, executions or demands as the Owner or the Consultant, as the case may be, or their said Solicitor may deem expedient. The Contractor shall ratify and confirm all the acts of the Owner or the Consultant or their Solicitor in that behalf, and shall pay to such Solicitor on demand his or her reasonable costs of any such defense, settlement and/or compromise, and that in default of such payment the same may be deducted from any moneys payable by the Owner to the Contractor on any account whatever."

3.39 GC 12.2 - WAIVER OF CLAIMS

3.39.1 Amend paragraphs 12.2.1 through 12.2.10 as follows: "GC 12.2 WAIVER OF CLAIMS COPY 12.2.1 In the first line, change the words "fifth calendar day before the expiry of the lien period" to "twenty- fifth calendar day before the expiry of the lien period after substantial performance is declared or published as". In the fourth line, add the words “claims for delay pursuant to GC 6.5 DELAYS, claims for an increase in the Contract Price, pursuant to GC 6.6 CLAIMS FORSUBMIT A CHANGE IN THE CONTRACT PRICE” after the word “limitation”.

12.2.1.1 Change the words “Notice in Writing of claim” to “Notice in Writing of Claim” and change the words “sixth calendar day before the expiry of the lien period"” to “twenty-sixth calendar day before the expiry of the lien period after substantial performance is declared or published as”.

12.2.1.3 Delete paragraph 12.2.1.3 in its entirety.

12.2.2 Change the words “in paragraphs 12.2.1.2 and 12.2.1.3” to “in paragraph 12.2.1.2”. Change the words “Notice in Writing of claim”NOT to “Notice in Writing of Claim”.

12.2.5 Delete the number "395" and substitute the number "760". VIEWING12.2.6 Change the words “Notice in Writing of claim” to “Notice in Writing of Claim”. 12.2.7 Change “The party” to “The Contractor". Change the words ““Notice in Writing of Claim” to “NoticeDO in Writing of Cla im”. 12.2.9 Delete paragraph 12.2.9 in its entirety. 12.2.10 Delete paragraph 12.2.10 in its entire ty.

Supplementary Conditions, July 2018 26 269 of 306

3.40 GC 12.3 – WARRANTY

3.40.1 Amend paragraph 12.3.1 by deleting the words, "one year", and replacing them with the words, "two years", and by adding the following at the end of the paragraph, "With respect to equipment installed at the request of the Owner, and successfully operating at its intended design capacity before completion of the work, the warranty period shall be two years from the date the equipment commenced its successful operations.

3.40.2 Amend paragraphs 12.3.3, 12.3.4, and 12.3.6 by deleting the words, "one year", and replacing them with the words, "two years".

3.40.3 Add the following clauses as 12.3.7, 12.3.8, and 12.3.9"

“12.3.7 Any Product or equipment requiring excessive servicing during the warranty period (or free maintenance period, if applicable) shall be considered defective and the warranty (or free maintenance period) shall be deemed to take effect from the time that the defect has been corrected so as to cause excessive servicing to terminate.

12.3.8 Following Substantial Performance of the Work, and without limiting theONLY Contractor’s warranty under this GC 12.3, the Contractor shall assign to the Owner, to the extent assignable, the benefit of all warranties and guarantees relating to the Work. The assignment shall expressly reserve the right of the Contractor to make any claims under such warranties and guarantees and such assignment shall in no way prejudice any rights of or benefits accruing to the Contractor pursuant to such warranties and guarantees.

12.3.9 The provisions of the GC 12.3 – WARRANTY shall not deprive the Owner of any action, right or remedy otherwise available to the Owner for the Contractor’s failure to fulfill its obligations or responsibilities under the Contract and shall not be construed as a waiver of claims in favour of the Contractor or as a limitation on the time in which the Owner may pursue such other action, right or remedy. The warranties set out in the Contract are not supplemental to and do not limit or preclude the application of any other conditions and warranties, expressCOPY or implied, by law or trade usage.” PART 13 - OTHER PROVISIONS

3.41 Add New PART 13 As Follows: "GC 13.1 - OWNERSHIP OF MATERIALS SUBMIT 13.1.1 Unless otherwise specified, all materials existing at the Place of the Work at the time of execution of the Contract shall remain the property of the Owner. All Work and Products delivered to the Place of the Work by the Contractor shall be the property of the Owner. The Contractor shall remove all surplus or rejected materials as its property when notified in writing to do so by the Consultant.

GC 13.2 - CONSTRUCTION LIENS

13.2.1 In the event that a written notice of lien is delivered to the Owner in respect of the Project by or through a Subcontractor or NOTSupplier, and provided the Owner has paid all amounts properly owing under the Contract, the Contractor, at its own expense and within ten (10) days, shall ensure that such written notice of lien is withdrawn as required in the Act. VIEWING13.2.2 In the event that the Contractor fails to conform with the requirements of 13.2.1, the Owner may set off and deduct from any amount owing to the Contractor, all costs and associated expenses, including legal fees and disbursements reasonably incurred to secure a written withdrawal of the notice of lien. If there is no amountDO owing by the Owner to the Contractor, then the Contractor shall reimburse the Owner for all of the said costs and associated expenses.

Supplementary Conditions, July 2018 27 270 of 306

GC 13.3 - CONTRACTOR DISCHARGE OF LIABILITIES

13.3.1 In addition to the obligations assumed by the Contractor pursuant to GC 3.7, the Contractor agrees to discharge all liabilities incurred by it for labour, materials, services, Subcontractors and Products, used or reasonably required for use in the performance of the Work, except for amounts withheld by reason of legitimate dispute and which have been identified to the party or parties, from whom payment has been withheld.

GC 13.4 – DAILY REPORTS/DAILY LOGS

13.4.1 The Contractor shall cause its supervisor or such competent person as it may delegate, to prepare a daily log or diary reporting on weather conditions, work force of the Contractor, Subcontractors, Suppliers and any other forces on site and also record the general nature of Project activities. Such log or diary shall also include any extraordinary or emergency events which may occur and also the identities of any persons who visit the site who are not part of the day-to-day work force.

13.4.2 The Contractor shall also maintain records, either at its head office or at the job site, recording manpower and material resourcing on the Project, including records which ONLYdocument the activities of the Contractor in connection with GC 3.5, and comparing that resourcing to the resourcing anticipated when the most recent version of the schedule was prepared pursuant to GC 3.5. The Contractor shall make these records available to the Owner and/or the Consultant for inspection, upon reasonable notice.

GC 13.5 - PUBLIC STATEMENTS

13.5.1 The Contractor shall not publish, issue or make any statements or news release, electronic or otherwise, concerning the Contract, the Work, or the Project, without the express written consent of the Owner." GC 13.6 OWNER'S SET-OFF COPY 13.6.1 In addition to and without limiting any other rights the Owner may have under this Contract and at law, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties, undetermined claims by the Owner, and any assessment due the Workplace Safety and InsuranceSUBMIT Board. END OF SUPPLEMENTARY CONDITIONS NOT VIEWING DO

Supplementary Conditions, July 2018 28 271 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

1. OCCUPATIONAL HEALTH AND SAFETY ACT 1.1 Nothing in this section shall be deemed or construed as making the City the "employer" of any workers employed or engaged by the Contractor to perform the Work and/or supply services to the project, including any part thereof, or the "constructor", either instead of or jointly with the Contractor. “Employer” and “constructor” shall have the same meaning as in section 1 of the Occupational Health and Safety Act, R.S.O. 1990, Chapter O.1, as amended from time to time, including any regulations thereunder and successor legislation (hereinafter collectively referred to as the “OHSA”). 1.2 Unless specifically advised otherwise in writing by the Consultant or otherwise directed by the Ministry of Labour, where the Work consists of or includes construction, the Contractor shall for the purposes of the OHSA be deemed, construed and designated as the "constructor" for the project comprising the Work and shall: ONLY (a) assume all of the responsibilities of that constructor as set out in the OHSA and its regulations including, without restricting the generality of the foregoing, (i) registration as a constructor with the Director of the Construction Health and Safety Branch in accordance with the OHSA and, in particular section 5 of Regulation 213/91 or any successor provision; (ii) posting/compliance with any applicable notice-filing and notice- posting/availability requirements of the OHSA and, in particular section 6 ofCOPY Regulation 213/91 under or any successor provision; (b) provide the City with adequate written proof of the registration referred to in subsection (a) (i) of this section before commencing the Work; and (c) where the notice requirements referred to in subsection (a) (ii) of this section are applicable, provide SUBMITa copy of such notice to the City concurrently with the filing thereof pursuant to the OHSA. 1.3 In accordance with the OHSA, as amended, a list of designated substances found at the project site is appended to hereto under Section 4 – Scope of Work and forms part of this Contract. 1.4 The Contractor shall ensure that each prospective subcontractor engaged by the Contractor for the project has received a copy of the list of designated substances that are present at the site, provided to the Contractor by the City, before each prospectiveNOT subcontractor enters into a binding contract for the supply of Work on the project, and the Contractor shall perform all other obligations as the constructor under the Contract and for the project. 1.5 The Contractor shall conform to and enforce strict compliance with the OHSA VIEWINGincluding, without restricting the generality of the foregoing, the Contractor's duties and obligations as an "employer" under section 25 and 26 thereof, and DOOHSA regulations with respect to construction, designated substances and asbestos. “Designated substance” and “hazardous material” shall have the same meaning as in the OHSA.

PMMD V 5.18 – 2018.08.09 Page 5A-1 272 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

1.6 The Contractor shall: (a) ensure that no work will commence, and that those engaged by the Contractor are aware of and comply with the requirements of the OHSA and shall not commence work, without first reporting their arrival and intent at the Work site on the first day to the Consultant; (b) establish and maintain at each Work site, in a manner easily available to all workers, other staff and authorized City staff, a copy of all relevant Material Data Safety Sheets (“MSDS”); (c) deliver to the Consultant a list of all designated substances and a copy of the MSDS for each hazardous material, both as defined in the OHSA, that will be brought to the Project site and/or used in the performance of the Work, no later than Five (5) working days following execution of the Contract and at least Ten (10) working days prior to commencement of the Work; ONLY (d) not bring onto the Work site any designated substance or hazardous material without the prior written authorization of the Consultant; (e) strictly conform to and comply with, all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority pertaining to lead and any other designated substance(s) or hazardous material(s), including without limitation, the OHSA and all regulations thereunder, and also cause its subcontractors to do so; (f) submit to the Consultant a copy of the Notice of Project issued to the Ministry of Labour;COPY (g) should the Contractor be issued a notice/directive as either an "order to comply" or a "stop work order", immediate corrective measures shall be taken by the Contractor. A copy of the notice/directive shall be delivered to the Consultant immediately. SUBMIT (h) promptly report to the Consultant all accidents involving personal injury or property damage that occur in connection with the work; and (i) take all steps necessary to prevent the spread of lead-containing dust/particles and any other designated substance(s) or hazardous material(s) from the Work site when performing Work involving, but not limited to, lead-containing paint, and to protect the Contractor, those engaged by the Contractor in performance of the Work, City employees and all others,NOT including the general public, likely to be at or near the Work site. 1.7 Where the Work includes removal of asbestos, the Contractor shall: VIEWING(a) conform to and enforce strict compliance with all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority governing workplace DOsafety or asbestos on construction projects and in building and repair operations with respect to the removal of asbestos, air testing and removal of barriers, including without limitation, OHSA Reg. 278/05 (Designated Substance --- Asbestos on Construction Projects and in

PMMD V 5.18 – 2018.08.09 Page 5A-2 273 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

Buildings and Repairs Operations), hereinafter referred to as the “Asbestos Regulation”, as may be amended from time to time; (b) ensure, through appropriate air testing and such other measures as may be appropriate and necessary, that the Work site and adjacent areas not been contaminated with asbestos during the performance of the Work; and (c) prior to dismantling any barriers erected to contain asbestos and asbestos-containing materials, the Contractor shall provide written confirmation to the Consultant that, after conducting proper air testing and other due diligence measures, the area is safe in accordance with the requirements of the OHSA. 1.8 Asbestos 1.8.1 If, during the course of the Work, the Contractor or any of the subcontractors or suppliers engaged by the Contractor, disturb materialONLY that is believed to be asbestos containing material, separate and apart from asbestos abatement work forming part of the Contract, the Contractor shall act in strict compliance with the OHSA, including but not limited to the Asbestos Regulation, and without limiting the generality of the foregoing, shall: (a) Stop work and evacuate the area where the asbestos containing material is believed to have been disturbed and take all precautions or actions mandated by the OHSA and notify the City immediately; (b) Notify the Consultant via telephone, with written notification to follow as soon as possible; and (c) Refrain from enteringCOPY the work area for any reason whatsoever until safe to do so, in accordance with the requirements of the OHSA and, prior to re-entry, notify the Consultant for approval to recommence Work. 1.8.2 The Contractor shall ensure that allSUBMIT employees, including the employees of any subcontractors, are trained on the City’s asbestos management program (the “Program”) prior to the commencement of the work. The training will include the specific requirements of the Program and the record containing the City’s inventory report, including, (a) the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications; (b) whetherNOT the material is friable or non-friable; (c) a description of the condition of the material. 1.8.3 Prior to the commencement of the Work, the Contractor shall confirm to the VIEWINGCity in writing that the training described in section1.8.2 has been completed. 1.8.4 The Contractor shall ensure that all employees, including the employees of any subcontractors, are trained on the City’s asbestos report prepared in DOaccordance with section 10 of the Asbestos Regulation. The training shall include the specific requirements of the report including,

PMMD V 5.18 – 2018.08.09 Page 5A-3 274 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

(a) the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications; (b) whether the material is friable or non-friable; (c) a description of the condition of the material. 1.8.5 Prior to the commencement of the work, the Contractor shall confirm to the City in writing that the training described in paragraph1.8.4 has been completed. 1.9 The Contractor shall use all reasonable and due care to avoid spilling or disturbing any designated substance(s) or hazardous material(s) of which the City notifies the Contractor are or may be on the site; and shall not remove or interfere with any designated substance(s) or hazardous material(s) except in full compliance with the OHSA and, after notifying the Consultant, being authorized to do so by the Consultant. The Contractor shall, following discovery that any designated substance or hazardous material has been removedONLY or interfered with other than in compliance with this subsection, forthwith report same to the Consultant and ensure that no further such non-complying removal or interference occurs. 1.10 Where the Contractor encounters designated substance(s) or hazardous material(s) at the site or has reasonable grounds to believe that designated substance(s) or hazardous material(s) are or may be present at the site, the Contractor shall take all reasonable steps as deemed necessary to comply with the OHSA, including stopping the Work, to ensure that no person suffers injury, sickness, or death and that no property is injured or destroyed as a result of exposure to or the presence of such substance(s) or material(s), and immediately report the circumstances COPYto the Consultant and any other appropriate authority, in writing. Where there is a delay by reason of so doing, the Contractor shall be entitled to its reasonable costs, to the extent directly incurred by reason of that delay and directly related to designated substance(s) or hazardous material(s) which existed at the site prior to the commencementSUBMIT of the Work which were not disclosed by the City. 1.11 Authorized representatives of the City shall, at all times, have access to the Work site to monitor the Contractor’s compliance with the terms of the Contract. 1.12 During the course of the Work, the Contractor shall furnish forthwith to the City of Toronto Health and Safety Manager, via the Consultant, a copy of all correspondence, reports, compliance orders or charges arising from or issued in respect to the requirements of the OHSA which are received or which come to the notice of theNOT Contractor that apply or are relevant to any of the Work or activities conducted under the terms of the Contract. 1.13 Without limiting any other right, remedy or privilege of the City under this Contract or otherwise provided by law, statute or in equity, where the Contractor VIEWINGhas failed to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, whether express or implied, the City DOshall have the right to: (a) Require the Contractor to remedy such default, by the removal of any workers from the Work that fail to comply with the OHSA (or any other health and safety plan, policy or program requirement of the Contract) or

PMMD V 5.18 – 2018.08.09 Page 5A-4 275 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

the taking of such other measures as may be necessary to remedy such default; (b) Suspend or Stop the Work; (c) Cancel or Terminate the Contract; and/or (d) Exercise any other right, remedy or privilege available to the City for default or breach of this Contract available under the terms of this Contract, or may be available in law, by statute or in equity. 1.14 In the event that the City exercises the right to suspend or stop the Work or an affected part thereof, as a result of the failure by the Contractor to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, such Work or part thereof shall not resume until any such violation has been completely rectified to the satisfaction of the Consultant. 1.15 The Contractor shall be responsible for any delay in the ONLYprogress of the Work as a result of any violation of a health and safety requirements of any federal, provincial or municipal governmental authority, it being understood that no such delay shall be deemed or construed as an "Unavoidable Delay" for the purposes of extending the time for performance for the Work or entitling the Contractor to additional compensation whatsoever, and the Contractor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City. The City shall not be responsible for any compensation, expense or liability resulting from any such delay. 1.16 Nothing in this Contract shall be construed as requiring the City to monitor or approve the workplace health and safety practices of the Contractor. The City shall not be liable to any personCOPY by reason of a breach by the Contractor or any subcontractor of any applicable health and safety standard or requirement.

2. WORKPLACE SAFETY AND INSURANCE ACT SUBMIT Before commencing Work the Contractor shall provide the City with a valid clearance certificate from the Workplace Safety & Insurance Board (WSIB), and shall continue to provide valid clearance certificates from the WSIB for the duration of the Contract. Prior to the release of final monies owing by the City of Toronto, the Contractor will be required to produce a certificate issued by the Board to the effect that she/he and her/his subcontractors have paid in full their assessment based on a true statement of the amount of payrolls. If such a certificate cannot be provided because the Contractor is considered by WSIB to be an independent operator without coverage, a letter to this effect from the WSIB shallNOT be provided by the Contractor.

3. CERTIFICATE OF RECOGNITION (COR™) REQUIREMENT VIEWINGWhere required in the Contract Documents, the Contractor shall possess and maintain a valid Certificate of Recognition (COR™) or Equivalent OHS Certification satisfactory to the CityDO (in the City's sole discretion) at all times for the duration of the Contract. The Contractor shall provide the Consultant or Contract Administrator with a new Certificate of Recognition (COR™) or Equivalent OHS Certification immediately upon the expiry of

PMMD V 5.18 – 2018.08.09 Page 5A-5 276 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

the previous Certificate of Recognition or Equivalent OHS Certification or otherwise upon demand by the Consultant or Contract Administrator.

4. ORGANIZATION OF WORK AND WORK RESTRICTIONS The Contractor shall be attentive to the needs of pedestrians that are visually or physically impaired, and the Contractor must be prepared at all times to assist in the safe and comfortable passage of these pedestrians. The Contractor shall, from time to time, adopt such approved construction or operating methods in carrying out the work as may be called for due to changing conditions that may be encountered during the progress thereof

5. WORKFORCE DEVELOPMENT PLAN ONLY Where required in the Contract Documents, the Contractor shall implement and document a Workforce Development Plan to the satisfaction of the City (in its sole discretion).

6. PRE-CONSTRUCTION SURVEY AND LAYOUT .1 Pre-Construction Survey The Contractor shall perform a pre-construction survey to identify property bars, and to establish baselines and benchmarks necessary for the delineation of Working Area and layout of the Works. .2 Layout by Contractor COPY Prior to commencement of construction, the Consultant and the Contractor will locate on site those property bars, baselines and benchmarks which are necessary to delineate the Place of the Work and to lay out the Work,SUBMIT all as shown on the Contract Drawings. The Contractor shall be responsible for the preservation of all property bars while the Work is in progress, except those property bars which must be removed to facilitate the Work. Any other property bars disturbed, damaged or removed by the Contractor's operations shall be replaced by an Ontario Land Surveyor, at the Contractor’s expense. At no extra cost to the Owner, the Contractor shall provide the Consultant with such materials and devices as may be necessary to lay out the baseline and benchmarks, and as may be necessary for the inspection of the Work. The Contractor shall provideNOT qualified personnel to lay out and establish all lines and grades necessary for construction. The Contractor shall notify the Consultant of any layout work carried out, so that the same may be checked by the Consultant. The Contractor shall install and maintain substantial alignment markers and secondary VIEWINGbenchmarks as may be required for the proper execution and inspection of the Work. The Contractor shall supply one copy of all alignment and grade sheets to the Consultant.DO The Contractor shall assume full responsibility for alignment, elevations and dimensions of each and all parts of the Work, regardless of whether the Contractor's layout work has been checked by the Consultant.

PMMD V 5.18 – 2018.08.09 Page 5A-6 277 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

All stakes, marks and reference points provided by the Consultant shall be carefully preserved by the Contractor. In the case of their destruction or removal as a result of the Contractor’s operations, such stakes, marks and reference points will be replaced by the Consultant at the Contractor’s expense.

7. DISPOSAL OF SURPLUS EXCAVATED MATERIAL AND REMOVALS All surplus excavated materials, removals, grindings and all other debris, including that from sewer flushing and catch basin cleaning, shall be disposed of, off site. No separate payment shall be made for the costs associated with this work. The City of Toronto will not make arrangements for the disposal of surplus materials or supply bills of lading. The Contractor shall assume full ownership of the surplus excavated material and shall be solely responsible for its removal and disposal. The ContractorONLY shall indemnify and hold harmless the City and each of its elected officials, officers, employees and agents from and against all claims, demands, actions, suits or proceeding which may arise in connection with the excavated material and the handling and disposal thereof. Stockpiling of excavated material within the City street allowance is not permitted. The Contractor shall dispose of all excavated material off site immediately upon removal. No additional payment will be made for costs incurred as a result of this requirement.

8. SMOG ALERT RESPONSE PLANS The Contractor, when notified by the Consultant that the City’s Smog Alert Response Plan has been implemented, shall,COPY where applicable:  suspend use of oil based products except for roadway line painting required to address safety concerns or to reduce traffic congestion;  suspend all pesticide spraying; SUBMIT  suspend grass cutting operations;  not allow refuelling during daytime hours;  not permit equipment and vehicle idling;  curtail the use of two-stroke engines as much as practical;  suspend normal street sweeping of all roadways during daytime hours except where there is NOTan urgent need for clean-up, i.e. following a special event such as Caribana;  suspend the operation of loop cutting tar pots; and  suspend any non-essential planned traffic control device installation or VIEWINGmodification work which will require lane closures or require complete deactivation of the traffic control device. Work that is required to address safety DOconcerns or to reduce traffic congestion may continue. Asphalt paving operations using SS-1 tack coat (water based) may continue.

PMMD V 5.18 – 2018.08.09 Page 5A-7 278 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

A Smog Alert may be preceded by a Smog Watch. A Smog Watch is issued when there is a 50 percent chance that a smog day is coming within the next three (3) days. The Contractor shall not be entitled to any additional payment or extension of Contract Time due to the implementation of the Smog Alert Response Plans. Notwithstanding the above, if it is necessary and the Consultant ordered the suspension of paving operations, payment and/or extension of the Contract for the suspension of asphalt paving operations shall only be made if notification by the Executive Director or General Manager to suspend work is made in less than four hours prior to starting of such operations, and if such suspension has detrimentally impacted on the Contractor's work schedule. The Contractor shall provide supporting documentation identifying the impact and associated fair and reasonable costs and any delay in accordance with the General Conditions of Contract 6.5 Delays, as amended by the Supplementary Conditions. Payment for this work, at actual costs incurred, shall be made under the appropriate provisional item(s) identified in the Pricing Form and in accordanceONLY with the General Conditions of Contract 6.2.4 Payment on a Time and Material Basis with the exception of any mark ups. 9. SECURITY The Contractor shall be responsible for the security of the work of this Contract from the time the job site is turned over to him until all work has been completed. The Contractor shall take all necessary precautions to ensure that the construction site does not pose a hazard to the public for the duration of the project. Appropriate safety and warning signs must be posted. All such site security measures shall be removed from the site at the completion ofCOPY the project. The Contractor shall install a Parks, Forestry & Recreation construction site sign that shall be posted in a prominent area. The sign, conforming to the current sign protocol and which will list a contact number, will be provided by the City at no cost to the Contractor for installation by the Contractor. SUBMIT No additional separate payment will be made for such work and provisions.

10. MATERIAL AND TRUCK WEIGHING The City reserves the right to randomly verify the quantity of materials supplied in connection with this Contract. Prior to unloading of materials that are priced on a unit weight basis (“unit weight materials”), the weight tickets must be provided to the Consultant (or in his/her absence, the City’s inspector). Material weight tickets that are not provided to the ConsultantNOT or the City’s inspector prior to unloading will not be accepted later for payment. When directed by the Consultant or the City’s inspector, trucks carrying unit weight VIEWINGmaterials shall proceed immediately to a City’s weighing facility as specified by the Contractor Administrator or the inspector. After passing through the City’s weight scale and unloading the materials, the empty truck shall return to the same facility to verify the vehicleDO tare if so directed by the Consultant or the City’s inspector. Should the weight verification show that the verified weight of the material is less than what is shown on the Contractor’s weight ticket by more than 1.0%, the payment for the

PMMD V 5.18 – 2018.08.09 Page 5A-8 279 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

affected load shall be made based on the weight measured by the City’s weighing facility. City staff will also adjust the method of measurement for all following loads that are not weight-verified but have been delivered to the site before a new weight verification process can prove the Contractor had rectified the weight inconsistency. The weight of the following loads will be adjusted based on an adjustment factor determined from the most recently weight-verified load The City will not compensate contractors for any cost associated with the weight verification process.

11. NOISE REGULATIONS The Contractor shall comply with all City noise bylaws. In addition, the Contractor shall ensure the following: ONLY  Equipment shall be maintained in an operating condition that prevents unnecessary noise, including but not limited to proper muffler systems, properly secured components and the lubrication of all moving parts; and  Idling of equipment shall be restricted to the minimum necessary for the proper performance of the specified work.

12. FAIR WAGE AND LABOUR TRADES POLICY The Fair Wage Schedule that is applicable to this Contract is set out in Section 2 – Information for Bidders – of this TenderCOPY Call.

13. LIQUIDATED DAMAGES The Contractor recognizes and agrees that theSUBMIT City will suffer financial loss if substantial performance of the Contract is not achieved within the time specified in this Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the City if substantial performance of the Contract is not achieved on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the City the sum of $1000.00 (ONE THOUSAND DOLLARS) per day as liquidated damages for each and every calendar day’s delay from the specified time for the achievement of substantial performance of the Contract until substantial performance of the Contract is achieved,NOT and it is further expressly acknowledged and agreed by the Contractor that: (a) this amount is a reasonable estimate of the actual damage that will be incurred by the City due to any failure to complete the Work within the time required by VIEWINGthis Contract; (b) the City may deduct the amount due under this section from any monies that may DObe due or payable to the Contractor, whether under this Contract or any other agreement; and,

PMMD V 5.18 – 2018.08.09 Page 5A-9 280 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

(c) the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the City is entitled at law or in equity.

14. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Consultant. Spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990, c. E.19, as may be amended. All spills or discharges of liquid, other than accumulated rain water, from luminaries, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCBs and shall forthwith be reported to the Consultant. ONLY This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges.

15. NO ADDITIONAL PAYMENT FOR INCREASED COSTS The Contract Price shall not be increased or decreased by reason of any increase or decrease in the cost of the Work brought about by any increase or decrease in the cost of plant, equipment, labour, materials or the wage rates called for by the Contract Documents. COPY 16. INSURANCE

Without restricting the generality of the indemnificationSUBMIT provision, the Vendor shall, at no additional cost to the Owner, at all times until the Work has been completed and handed over to the Owner, obtain and maintain insurance policies for the Work as outlined in the Contract Documents/Proposal and as described below: 1. The Vendor shall obtain Commercial General Liability Insurance such that the policy: a) is in the amount of not less than Five Million Dollars ($5,000,000.00),NOT per occurrence; b) adds the City, its boards, agencies and commissions and subsidiary operations, as applicable, as additional insured(s) but only with respect to liability arising out of the operation of the VIEWINGVendor for which a contract is issued by the City; c) has provisions for cross-liability and severability of interest, DOblanket form contractual liability, owner's and contractor's protective liability, broad form property damage, contingent and/or employer's liability, products/completed operations, non- owned automobile liability and and any other provision relevant as detailed in the proposal/contract documents, and if

PMMD V 5.18 – 2018.08.09 Page 5A-10 281 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

applicable, including coverage for blasting, pile driving and collapse; and 2. Standard Automobile Liability Insurance for all owned or leased licensed motorized vehicles that will be used in the performance of the Work with a limit of not less than TWO Million Dollars ($2,000,000.00); 3. Contractor's Equipment Insurance – All-Risk property insurance on the Vendor’s equipment, materials and supplies used in the performance of the contract, including temporary boilers and pressure vessels in an amount to reflect replacement cost. The Vendor shall have no claim against the Owner or the Owner's insurers for any damage or loss to its property and shall require its property insurers to waive any right of subrogation against the Owner. 4. Contractor's Pollution with a limit of $1,000,000 for sudden and accidental and gradual pollution occurrences associated with the Work, if applicable; All policies taken out by the Vendor shall be placed with an insuranceONLY company licensed to write in the Province of Ontario. The insurance policies required pursuant to this paragraph shall be primary and shall not call into contribution any insurance available to the Owner. Prior to the commencement of the Work, the Vendor shall deliver to the City an original certificate of insurance in the City's standard form, signed by the insurer or an authorized agent of the insurer. The Vendor shall provide original signed Certificates evidencing renewals or replacements to the Owner prior to the expiration date of the original policies, without notice or request by the Owner. The Vendor agrees that the insurance policies may be subject to reasonable deductible amounts, which deductible amountsCOPY shall be borne entirely by the Vendor. The amount of the deductible for the purpose of this Contract shall not be more than $25,000.00. Unless specified otherwise the duration of each insurance policy shall be from the date of commencement of the Work until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate.SUBMIT It is understood and agreed that the coverage and limits of liability noted above are not to be construed as the limit of liability of the Vendor in the performance of the Work. The Vendor shall maintain completed operations coverage for a period of six (6) years from Substantial Performance, unless otherwise indicated in the Contract Documents. On an annual basis the Vendor shall submit to the City a renewal certificate or a replacement policy prior to the expiration date of the existing policy without notice or demand by the City. If the Vendor fails to do so, any limitation period for claiming indemnity described inNOT the Contract Documents shall not be binding on the Owner. Each policy (except for the policy of automobile insurance required above shall contain an endorsement requiring the insurer(s) to notify the City of Toronto in writing at least VIEWINGthirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior to any cancellation of the Vendor’s insurance. DO General Insurance Terms and Conditions: (a) Notice of Cancellation or Material Change - each policy shall contain an

PMMD V 5.18 – 2018.08.09 Page 5A-11 282 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

endorsement requiring the insurer(s) to notify the City in writing, by registered mail, at least thirty (30) days, (fifteen (15) days if cancellation is due to non- payment of premium), prior to any cancellation or material change to the Contractor’s insurance; (b) Approval of Insurers - all policies taken out by the Contractor shall be placed with an Insurance Company licensed to write in the Province of Ontario. (c) Primary Coverage – the insurance policies required pursuant to this clause shall be primary and shall not call into contribution any insurance available to the City. (d) Evidence of Insurance – the original City’s Certificate of Insurance signed by the insurer or an authorized agent of the insurer must be delivered to the City prior to the commencement of the Contractor’s Work; the Contractor shall provide original signed Certificates evidencing renewals or replacements to the City prior to the expiration date of the original policies, without notice or request by the City. (e) Deductibles - the Contractor agrees that the insurance poliONLYcies may be subject to reasonable deductible amounts, which deductible amounts shall be borne entirely by the Contractor.

17. PROTECTION OF WORK AND PROPERTY Until the Owner accepts the Work, the Contractor shall at the Work site: .1 provide adequate protection satisfactory to the Consultant for all individuals and property by taking whatever measures are necessary and required by the Occupational Health and Safety Act including but not limited to: (temporary hoardings, flexible or solidCOPY drop or suspended sheeting, tarpaulins and so on) to minimize the areas/spaces over/onto/through which effects (including, without restricting the generality of the foregoing, fragments, particles, dust, gases, odours and noise) resulting from the Work fall, pervade or intrude; .2 protect existing buildings, walls, floors,SUBMIT ceilings, furnishings, equipment, plant materials, lawns and other areas from the risk of damage resulting from the Work; .3 protect the Work from damage from any cause; .4 protect and be responsible for all new finished and unfinished parts of the Work which are exposed and susceptible to vandalism or theft; .5 include in the work necessary methods, materials and labour to ensure that no damage or harm occurs to the work, materials, property and persons resulting from the performanceNOT of this contract; .6 protect existing mechanical, electrical, telephone and similar services from damage. If necessary, relocate active services to ensure that they function VIEWINGcontinuously in safety without risk of damage; .7 provide adequate protection of materials and work from damage and staining by DOweather and other causes. Protect adjacent materials and work of other trades, to prevent damage. Make good any damage; .8 have final responsibility for all portions of the building affected by the work, and all damage, soiling and staining occurring during the progress of the work, and,

PMMD V 5.18 – 2018.08.09 Page 5A-12 283 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

until the work is completed, will be required to be made good at no additional cost to the Owner; .9 protect adjoining properties from all damage, soiling and staining during constructions period, and during any period when the work is closed down for any cause; .10 design temporary Work to prevent the overloading of any part of the structure or other temporary Work; .11 protect from damage due to construction activities and the elements all existing finishes, services, utilities, structural elements and equipment to remain. Make good damage at no expense to Owner; .12 provide for the protection and safety of all workmen, pedestrian and vehicles in and around the work area. Provide, install and maintain barricades, signs, guardrails, etc., as required. At the conclusion of each day’s work, provide all precautions necessary for the protection and safety of pedestriansONLY and vehicles. Conform to the Ministry of Labour regulations during the Work; .13 do not close or obstruct nor store materials in roadways, sidewalks or passageways with put prior approval from Owner. Do not interfere with the use of the safe passage to and from the buildings and adjacent public sidewalks and roads; .14 provide and pay for storage and removal of garbage, if interrupted by the Work, and obtain approval of storage location (s) from the Owner prior to commencement of Work; .15 provide and arrange for traffic control, where necessary, for delivery of materials, removal of garbage, etc., COPYas required by the laws, ordinances, rules and regulations relating to the Work; .16 take the necessary precautions to keep dust, dirt and noise to an acceptable level, as directed by the Owner. Comply with the laws, ordinances, rules and regulations relating to the Work in connectionSUBMIT with the above; .17 provide all safety data sheets with materials used and ensure that users are given instructions on the proper use of the materials and safety precautions required; and .18 protect all services against damage or interruption and notify Owner at least 48 hours in advance of any necessary interruption. Any claims resulting from damage shall be the Contractor’s responsibility and shall be immediately corrected by theNOT Contractor.

18. PUBLIC CONVENIENCE AND SAFETY VIEWING.1 The Contractor shall at all times carry on the Work in a manner that will create the least interference with or inconvenience to the public consistent with the faithful performance of the Work and employ such watchmen or flagmen as are DOnecessary in order to ensure the safety of the public and of those engaged on the Work. If at any time the Contractor fails to carry out the above requirements, the Owner may correct such an unsatisfactory condition and the cost of such correction shall be deducted from any monies due or to become due to the

PMMD V 5.18 – 2018.08.09 Page 5A-13 284 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

Contractor on any account but in any event the Contractor shall remain responsible under the said requirements. The Contractor shall at his own expense take all proper precautions and provide, erect and maintain, to the satisfaction of the Contact Administrator, all requisite barriers, fences, notices, signs and electric light. .2 Any trench that is part of the Work, such as a sewer or water main trench, and that is near any public conveyance stop for the taking on or discharging of passengers, must be protected so that passengers may safely alight.

19. CONVENIENCE .1 It shall be the responsibility of the Contractor to arrange and pay for all temporary metered water, electrical power, heating and telephone services, necessary for the Work. ONLY .2 The Owner shall permit the Contractor to make use of the water and hydro facilities at the Work site, but the Contractor shall: .1 under the direction of the Consultant, make all necessary temporary connections, at its own expense and in accordance with all applicable laws, by-laws, ordinances, rules, regulations, codes and orders; .2 provide separate meters to record and pay for the use of the site services; .3 remove all such temporary connections on the completion of the Work and make good all finishes and services to the satisfaction of the Consultant; and .4 satisfy the ConsultantCOPY that all accounts for water and site services have been paid before final payment is made by the Owner. .3 The Contractor shall provide, and properly maintain in clean condition, modern and convenient privy or water closet accommodation for his/her workers so that they shall not be a source of inconvenience,SUBMIT complaint or nuisance to the public, or to residents in the vicinity of the Work.

20. INTERFERENCE .1 The Contractor shall arrange all Work activities so as to permit the maintenance of normal building operation and traffic flow at the Work site, with a minimum of inconvenience to the users and staff of the facility or park where the Work is being carried out.NOT .2 The Contractor shall ensure that no essential services such as electric power and domestic hot water supply are interrupted at the Work site for more than one (1) continuous Hour, and no longer than three (3) consecutive Hours for the heating VIEWINGsystem during the heating season except with the prior written permission of the Owner. .3 DO The Contractor shall in every case where an interruption of service is to occur, make prior arrangements with the Owner.

PMMD V 5.18 – 2018.08.09 Page 5A-14 285 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

21. PROJECT CLOSE OUT SYSTEM DEMONSTRATIONS The Contractor shall with respect to all installations resulting from the Work demonstrate the operation of all equipment and systems to the Owner’s staff and any consultants of the Owner, and instruct such staff in the operation, adjustment and maintenance of such systems and equipment.

22. FIRE PROTECTION .1 The Owner shall not, in any manner, be answerable or accountable for any loss or damage by fire or otherwise that shall or may happen to the work or any part or parts thereof respectively or for any of the materials or other things used and employed in finishing and completing the work, or for any injury to any person or persons, including workers and the public, or for damage to adjoining property, against all of which injuries and damages to persons or property the Contractor shall properly guard, and make good all damage of whatsoeverONLY nature or origin which may arise out of, or be occasioned by any cause connected with the Contractor, or the work done by the Contractor, and shall indemnify and keep indemnified the Owner against same until the completion of all the work hereunder, as to which completion, the final certificate of the Consultant shall be the only evidence. .2 The Contractor shall also: .1 prior to commencing work, locate all sprinkler systems and protective or alarm systems; .2 provide and maintain fire extinguishers as required on the site for the protection of the building;COPY .3 provide personnel performing work with open flame, volatile materials or other hazardous work with all fire protection equipment necessary for the safe operation of this equipment and the performance of the work; .4 all fire protection measures shall obtain required approvals and comply with all applicable laws. SUBMIT

23. GC 1.1 CONTRACT DOCUMENTS SECTION. GC 1.1.7.1 is revised by replacing the list of documents with the following list: a) any amendment to the Agreement between the Owner and the Contractor, b) the Agreement between the Owner and the Contractor, as amended by the Supplementary Conditions and the Specific Conditions c) the Definitions,NOT d) Specific Conditions e) Supplementary Conditions, f) the General Conditions, VIEWINGg) Division 1 of the Specifications , h) Technical Specifications, DOi) Material and finishing schedules j) the drawings

PMMD V 5.18 – 2018.08.09 Page 5A-15 286 of 306 Section 5A – Specific Conditions of Contract Tender Call No. 62-2019

24. ORDER OF PRECEDENCE

Supplementary Conditions of Contract section 3.1.1 is amended by adding the words "any addenda to the tender submission package ("Tender Call") for the Contract" as sub-section (c) and "Tender Submission Package ("Tender Call") for the Contract" as subsection (d) and re-numbering the remainder of the section so that the listed documents, in order of precedence, are as follows: a) any amendment to the Agreement between the Owner and the Contractor, b) the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions, and Specific Conditions, c) any addenda to the Tender Submission Package ("Tender Call") for the Contract, d) Tender Submission Package ("Tender Call") for the Contract, e) the Definitions, f) Specific Conditions, ONLY g) Supplementary Conditions, h) the General Conditions, i) Division 1 of the Specifications, j) Technical Specifications, k) Material and finishing schedules, l) The Drawings. COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 5A-16 287 of 306 Section 6 – Contract Execution Package Tender Call No. 62-2019

Note Bidders are not required to complete the following listed documents as part of the Bid Submissions. The Successful Bidder shall complete these documents upon notification by the City.

CCDC 2-2008 STIPULATED PRICE CONTRACT PERFORMANCE BOND – Construction Act Form 32 MATERIAL AND LABOUR PAYMENT BOND Construction Act Form 31 WSIB & TAX STATUTORY DECLARATION INSURANCE CERTIFICATE ONLY SUPPLEMENTARY STATUTORY DECLARATION FOR OHSA

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-1 288 of 306 Section 6 – Contract Execution Package CCDC 2-2008 STIPULATED PRICE CONTRACT Tender Call No. 62-2019

CCDC 2-2008 STIPULATED PRICE CONTRACT

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

ONLY

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-2 289 of 306 Section 6 – Contract Execution Package PERFORMANCE BOND Tender Call No. 62-2019

Successful Bidder is to provide Form 32, Performance Bond under Section 85.1 of the Act, as prescribed in O.Reg 303/18 of the Construction Act

ONLY

COPY SUBMIT

NOT VIEWING DO

290 of 306 PMMD V 5.18 – 2018.08.09 Page 6-3 Section 6 – Contract Execution Package LABOUR & MATERIAL PAYMENT BOND Tender Call No. 62-2019

Successful Bidder is to provide Form 31, Labour and Material Payment Bond under Section 85.1 of the Act, as prescribed in O.Reg 303/18 of the Construction Act

ONLY

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-4 291 of 306 Section 6 – Contract Execution Package WSIB & Tax Statutory Declaration Form Tender Call No. 62-2019

CANADA, ) IN THE MATTER OF the annexed Agreement PROVINCE OF ONTARIO, ) made between JUDICIAL DISTRICT OF YORK ) ) ) ) – and – ) ) THE CITY OF TORONTO ) ) this day of , 20 . ) with respect to ) ONLY I, , of the CITY / TOWN / VILLAGE of

in the Province of , do solemnly declare as follows:

1. I am of (If an incorporated Company, state" President", (Company Name) “Secretary”, or as the case may be) referred to above (hereinafter called “the Contractor”), and as such have knowledge of the matters hereinafter declared to.

2. The Contractor has paid all assessment or compensation payable to the Workplace Safety and Insurance Board as providedCOPY for in the article of the General Conditions entitled “Certification and Payment”, attached to the said Agreement.

3. The Contractor has paid all taxes and/or penalties imposed on it by the Corporation Tax Act, R.S.O. 1990, c. C.40, as may be amended.SUBMIT

AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath.

DECLARED before me at } } the of } NOT } in the City of Toronto } } this day } Signing Officer of Company } VIEWINGof 20 } DO A Commissioner, etc.

PMMD V 5.18 – 2018.08.09 Page 6-5 292 of 306 Section 6 – Contract Execution Package Insurance Certificate Tender Call No. 62-2019

Certificate of Insurance form

ONLY

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-6 293 of 306

Certificate of Insurance Capital Construction Projects To be completed only by the insurer or by its representative. Name of Insured: City of Toronto Contact Name, Address, and Telephone Number:

Address and Telephone Number of Insured:

Operations of Named Insured for which certificate is issued:

(NOTE: Provide specific project information including the City of Toronto contract number) 1. Commercial General Liability: Deductible $______Insuring Company Policy Limit(s) ONLY Effective Date Expiry Date Policy Number $ (yyyy-mm-dd) (yyyy-mm-dd) (per occurrence)

Primary Insurer:

Umbrella/Excess Insurer:

Applicable to Auto Coverage Contractor's Pollution Liability, Sudden and Accidental and COPY Gradual, if applicable

Commercial General Liability policy provisions: SUBMIT

a) The CITY OF TORONTO, ITS BOARDS, AGENCIES, COMMISSIONS OR SUBSIDIARY OPERATIONS, AS APPLICABLE, and the CONSULTANT are included as Additional Insureds but only with respect to liability arising out of the operations of the Insured for which a contract or proposal is issued by the City of Toronto.

b) The policy includes a Cross-Liability and Severability of Interest, Blanket Form Contractual Liability, Owner’s and Contractor’s Protective Liability, Broad Form Property Damage, Contingent and/or Employer’s Liability, Non-Owned Automobile Liability, Products/Completed Operations and any other provision relevant to the contract work. If applicable to the insured operations, coverage for Blasting, Pile Driving and Collapse. NOT c) The Commercial General Liability Policy(ies) identified above shall apply as primary insurance and not excess to any other insurance available to the City. 2.VIEWING Automobile Liability, if applicable: Deductible $ ______Policy Limit(s) Effective Date Expiry Date Insuring Company Policy Number ($) (yyyy-mm-dd) (yyyy-mm-dd) DO

33-0005 2012 -08 1 of 2 294 of 306

Certificate of Insurance Capital Construction Projects

3. Contractor's Equipment Property Insurance: Deductible $ ______

Contractor's tools & equipment , materials & supplies in an amount to reflect the replacement cost. Policy includes a Waiver of Subrogation Clause in favour of the City. All-Risk Property Effective Date Expiry Date Insuring Company Policy Number Limit(s) (yyyy-mm-dd) (yyyy-mm-dd) ($)

4. Builder's Risk or Installation Floater - Products, supplies and equipment and/or systems, including boiler and machinery, if applicable, that forms part of the Work. Deductible $ ______

Identify Policy Type: ONLY Builder's Risk

Installation Floater

The Owner shall be included as an additional insured and a joint loss payee.

Limit of Coverage Effective Date Expiry Date Insuring Company Policy Number ($) (yyyy-mm-dd) (yyyy-mm-dd)

All of the above policies (with the exception of the AutomobileCOPY Insurance, Section 2 above) must include a clause that states that if the policy is cancelled during the period of coverage, as stated herein, thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior written notice by registered mail will be given by the Insurer(s) to the City of Toronto.

CERTIFICATION SUBMIT I certify that the insurance is in effect as stated in this Certificate and that I have authorization to issue this Certificate for and on behalf of the Insurer(s). This Certificate is valid until the expiration date(s) stated in the “Expiry Date” provision, unless notice is given in writing in accordance with the provision of this Certificate.

Date Broker’s or Insurer’s Name and Address Signature and Stamp of Certifying Official

NOT VIEWING DO

33-0005 2012 -08 295 of 306 2 of 2 Asbestos Abatement Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: } Contract No.

as hereinbefore described on the first page of the Tender. I/we ONLY of the city / town / village of in the province of do solemnly declare as follows:

IF AN INDIVIDUAL 1. I am STRIKE OUT "OF" (If an incorporated Company, state "President", “Secretary”, or as the case may be)

of (State Firm Name)

the Contractor herein. COPY

IF AN INDIVIDUAL I am the Contractor herein contracted to carry out the work under CARRYING ON A Contract no.______and I carry on business at BUSINESS UNDER SUBMIT A FIRM NAME, USE THIS PARAGRAPH under the name of and (State Firm Name)

there is no other person associated with me in partnership.

IF A We are the Contractors contracted to carry out the work under PARTNERSHIP, ContractNOT no.____ and we carry on business at USE THIS PARAGRAPH in partnership, under the name of and VIEWING (State Firm Name)

DO we are the only members of such partnership.

PMMD V 5.18 – 2018.08.09 Page 6-7 296 of 306 Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

2. I/we have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (j) of the Occupational Health and Safety Act. R.S.O., 1990, c. o.1, as may be amended (hereinafter “OHSA”), and the said policy does not conflict with the health and safety policy of the City of Toronto.

3. With respect to the goods and services contemplated in the above Contract, the Contractor and its proposed Subcontractors a) Have conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects, confined spaces and designated substances. ONLY b) Have put into effect all programmes relating to designated substances as required by the regulations under the OHSA. c) Have put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

4.(a) Without limiting the generality of the foregoing, the Contractor’s supervisors have received, in addition to the training set out in 3(a), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in BuildingsCOPY and Repair Operations ) and which includes the matters set out in Appendix “B”. 4.(b) Without limiting the generality of the foregoing, the Contractor has provided to its supervisors and all personnel (including but not limitedSUBMIT to employees and workers as well as the employees and workers of all sub-contractors) training with respect to Asbestos Abatement which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”. effective November 1, 2007, and in accordance with section 20 of Ontario Regulation 278/05, for type 3 operations, supervisors and personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) have completed the Asbestos Abatement Worker Training program approved by the Ministry of Training Colleges and Universities. NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-8 297 of 306 Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

5. I am/we are each of the full age of twenty-one years or over.

And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of “the Canada Evidence Act”. SEVERALLY DECLARED before me at the } } of in } the Province of Ontario } } this day } Signing Officer of Company } ONLY of 20 }

A Commissioner, etc.

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-9 298 of 306 Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

APPENDIX “A”

“ASBESTOS ABATEMENT TRAINING”

 history of asbestos and asbestos-containing materials;

 the hazards of asbestos;

 health effects associated with asbestos exposure;

 methods of controlling asbestos hazards;

 review of Ontario’s Occupational Health and Safety Act and RegONLYulation (278/05) pertaining to asbestos;

 reasons for abatement;

 Type 1, Type 2 and Type 3 abatement methods and procedures;

 notification of project procedures;

 use and maintenance of personal protective equipment;

 air monitoring and analysis procedures; COPY  asbestos disposal requirements;

 overview of asbestos products in switch gears, roof felts and underground tanks; SUBMIT  owner’s and employer’s responsibilities;

 employee’s responsibilities;

 consultant roles and responsibilities;

 contractor roles and responsibilities; NOT  access procedures for areas containing asbestos

 procedure regarding unplanned asbestos identification; VIEWING  use of air monitoring/testing equipment;

DO  use of respirators;

 use of disposable clothing;

PMMD V 5.18 – 2018.08.09 Page 6-10 299 of 306 Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

 construction of enclosure with decontamination facility (exhaust unit, worker access, airlocks, etc.) including a transfer room and clean room;

 use of air movement and filtration system;

 use of vacuum system (HEPA);

 use of hand tools, cleaning tools;

 use of poly sheeting, bags, labels and tape;

 use of warning signs; ONLY  use of surfactants and encapsulents; and

 use of airless electric sprayer.

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request. COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-11 300 of 306 Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

APPENDIX “B”

“ASBESTOS MANAGEMENT TRAINING”

 Occupational Health and Safety Act and Regulations and Ontario Regulation 278/05 regarding Asbestos

 Identification of health hazards

 Legislated employer duties

 Responsibilities of Workers ONLY  Legislated constructor duties

 Legislated Asbestos Management Plans

 Ongoing Asbestos Management in Buildings, O Reg 278/05

 Asbestos Records

 Asbestos Management Program

 Building Surveys COPY  Control considerations including management plan, encapsulation / encasement, enclosure, removal

 Asbestos Waste Disposal SUBMIT

 Environmental Protection Act Ontario Regulation 347

 Packaging Waste

 Transporting Asbestos NOT  Legislation Requirements

 General Respirator Limitations VIEWING  Types of Respirators

 PartsDO of a Respirator

 Visual Inspection

PMMD V 5.18 – 2018.08.09 Page 6-12 301 of 306 Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement Tender Call No. 62-2019

 Fit Checks

 Particulate Filters

 General Guidelines for Abatement Activities

 Classifying Activities

 Work Procedures – Type 1, Type 2 and Type 3 abatement methods and procedures

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request. ONLY

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.18 – 2018.08.09 Page 6-13 302 of 306 Section 7 – City Policies Tender Call No. 62-2019

SECTION 7 – CITY POLICIESONLY

COPY SUBMIT

NOT VIEWING DO

303 of 306 Section 7 – City Policies Tender Call No. 62-2019

For a copy of the City of Toronto Procurement Policies, please download a copy of the Policy by clicking any of the links as provided below or by visiting the following website https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the- procurement-process/purchasing-policies-legislation/

(1) FAIR WAGE POLICY* *Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

The policy and schedules are available on the Fair Wage Office website – www.toronto.ca/fairwage ONLY

(2) LABOUR TRADES CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY* Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

(3) ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING REQUIREMENTS POLICY

(4) SOCIAL PROCUREMENT PROGRAM COPY (5) PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERECHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT SUBMIT (6) ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

(7) RIGHT TO REJECT DEBTORS AND SET OFF POLICY

(8) CONTRACTOR PERFORMANCE EVALUATION FORM

(9) TREE PROTECTIONNOT POLICY AND SPECIFICATIONS FOR CONSTRUCTION NEAR TREES http://www1.toronto.ca/city_of_toronto/parks_forestry__recreation/urban_forestry/files/p df/TreeProtSpecs.pdf VIEWING DO

304 of 306 Final Contractor Performance Evaluation Interim # 1 version 1.2 - Feb 25-15 DATE: CONTRACTOR: PROJECT NAME: DESCRIPTION: Ranking

CONTRACT No.: START DATE: For definitions refer to Backup sheets CONTRACT VALUE: COMPLETION DATE: U I ME EE EX N/A A. SAFETY & COMPLIANCE - Laws & Standards sub-score 3.00 Weight 25% 1. Did the contractor comply with OHSA requirements?  2. Did the contractor adhere to environmental, (non-OHSA) safety requirements, and other laws & policies?  3. Did the contractor take adequate precautions with any hazardous materials and designated substances?  B. QUALITY - Compliance with Contract Standards & Specifications sub-score 3.00 Weight 25% 1. Did the contractor comply with standards and specifications in the contract?  2. Was the quality and workmanship in compliance with the contract documents?  3. Did the contractor promptly & effectively correct defective work as the project progressed?  C. ORGANIZATION - Work Plan and Management sub-score 3.00 Weight 12.5% 1. Did the contractor submit a satisfactory baseline schedule in compliance with the contract?  2. Did the contractor commence the work on time?  3. Did the contractor submit schedule updates in accordance with the contract? ONLY 4. Did the contractor adequately staff and resource the project in compliance with the contract?  5. Did the contractor provide adequate & competent site supervision?  6. Did the contractor effectively coordinate and manage the work of its subcontractors?  7. Did a person with decision-making authority represent the contractor at pay/progress meetings?  8. Did the contractor submit timely, relevant requests for information (RFIs) as needed?  9. Were shop drawings submitted according to shop drawing schedule and in compliance with the contract?  D. EXECUTION - Work Performance sub-score 3.00 Weight 25% 1. Did the contractor complete the project on time?  2. Did the contractor follow the approved schedule and meet milestones?  3. Did the contractor provide effective quality control?  4. Did the contractor keep the site clean and free of trash and debris in compliance with the contract?  5. Did the contractor promptly comply with change orders, changeCOPY directives, site instructions, and RFQs?  6. Did the contractor seek authorization to perform extra or additional work?  7. Did the contractor adequately address disputes, damages and claims with third parties to City PM's knowledge?  8. Was the quality and submission timelines of the following items acceptable? 8.1 Look ahead schedules or work plans SUBMIT  8.2 Accurate and complete record documents (as-builts)  8.3 Complete operations and maintenance manuals and closeout documents  8.4 Secure and/or closed applicable municipal permits  8.5 Startup testing and commissioning reports  8.6 Training plan and manuals  E. ADMINISTRATION - Contractor Performance and Diligence sub-score 3.00 Weight 12.5% 1. Did the contractor communicate, cooperate, collaborate with the contract administrator, project team & stakeholders?  2. Did the contractor participate in resolving project problems and display initiative to implement solutions?  3. Did the contractor demonstrate accountability forNOT problems for which they where responsible?  4. Did the contractor submit accurate, complete invoices in a timely manner?  5. Did the contractor provide competitive change order pricing?  6. Did the contractor accept responsibility for the full scope and extent of the contract?  7. Did the contractor coordinate to minimize disruption to the public and City operations?  VIEWING 3.00 Total Score (weighted) DOName (Print or Type) Signature Date Project Manager: Manager: Director: (required for Final only) NOTE: If the contractor disagrees with this evaluation, it is to submit its objections in writing with supporting evidence within five (5) business days to the Division Manager (for Interim Reports) or to the Division Director (for Final Reports) 305 of 306 Page 1 of 1

NOTICE OF “NO BID”

TENDER #: 62-2019 CLOSING DATE: March 28, 2019

IMPORTANT - PLEASE READ THIS It is important to the City of Toronto to receive a reply from all invited Bidders. There is no obligation to submit a Bid; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Bid in the future.

INSTRUCTIONS: If you are unable, or do not wish to submit a Bid on this Request for Tender, please complete the following portions of this form. State your reason for not submitting a Tender by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any otherONLY Request for Tender documents.

1. We do not offer this service. Other reasons or additional comments.

2. We do not offer services to these requirements.

3. Unable to offer services competitively.

4. Cannot handle due to present commitments.

5. Quantity/project too large.

6. Cannot meet delivery/completion requirements. COPY 7. Tender restrictions.

Do you wish to participate in Request for Tenders for services in the future? YES ____ NO ____ SUBMIT

For City’s use only - Do not write in this space. Company Name:

Address:

NOT Signature of Company Representative:

Position:

VIEWING Date: Tel. No.:

DO Fax No.: Please return completed form by facsimile to 416-397-7779 or by e-mail to [email protected]

306 of 306